Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 7 PM
Combined Synopsis/Solicitation
Falcon heights Texas

Upgrading Sewer Line Piping System & Lift Station

Details

Solicitation ID FY2525570122
Posted Date 01 Jul 2025 at 7 PM
Response Date 11 Jul 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Internat Boundary And Water Comm
Agency International Boundary And Water Commission: Us-mexico
Location Falcon heights Texas United states 78545

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now

Solicitation Number:  EXTENDED to 7/11/25 2pm MST

FY2525570122 

Notice Type:  

Combined Synopsis/Solicitation  

Synopsis:  

This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued separately. 
 
This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 dated January 17, 2025. 

 
The solicitation number is FY2525570122 and this solicitation is issued as a request for quote (RFQ). 
 
This is a 100% Small business Set Aside. The associated North American Industry Classification System (NAICS) code is 238910 Site Preparation Contractors with a corresponding small business standard of $19.0 million. Only offers from small businesses will be considered for this solicitation. 

All vendors must have an active registration in sam.gov at the time of submission in order to be considered. any vendor that does not have an active sam.gov registration will be rejected as non-responsive. 

Offer due date/local time: 2:00 PM MST on July 11, 2025. Please reference the solicitation number FY2525570122 in the subject line. Offers shall be emailed to [email protected]. FAXED QUOTES WILL NOT BE ACCEPTED.  

Active Unique Entity ID (UEI#) shall be included with your offer. 

Price Sheet shall be included with your quote. 
 

Only questions submitted by email to [email protected] will be considered. Questions received from Offerors after 3:00 pm Mountain on July 7, 2025, may not be responded to.  
 

A site visit is highly encouraged. It may be scheduled by contacting Edi Delgado at [email protected] , schedule Mon-Thursday 8:00am-3:00pm by NLT July 7, 2025. 

Please acknowledge the acceptance and understanding of services in accordance with the Schedule in the PWS.  

Provide the name and contact information of the subcontractor, if used. 

Description: The International Boundary and Water Commission is seeking a price quote for replacing and upgrading the underground sewer line piping system and the lift station control system at the Falcon Power Plant located in Starr County, Texas. The objective is to enhance the current sewer piping lines and replace the control panel with an electrical feeder and sump pump. 

Summary of Scope of Work: 

Inspection and Assessment: Calculate the linear feet of underground sewer piping and electrical feeder wire that need to be replaced 

Removal and Disposal: Remove and dispose of the current underground sewer lines piping and miscellaneous items 

Installation: Provide and install new sewer underground lines piping, replace the lift station control system, and upgrade the sump pump 

Testing and Reporting: Inspect and test the new sewer lines piping and lift station control system, and provide a detailed final report with new equipment drawings 

Project Location 

The project is located at the Falcon Power Plant, FM2098, 1 Reservoir Rd., Falcon Heights, Texas 78545. Access to the site requires crossing through the United States Port of Entry and complying with U.S. Customs and Border Protection requirements.  

Period of Performance 

The contractor is expected to complete the work within 180 calendar days after the contract is awarded 

Site Conditions and Requirements 

Contractors are encouraged to attend a site visit and must use personal protective equipment (PPE) during the visit. The contractor must review and acknowledge all site conditions, including transportation, disposal, handling, and storage of materials 

Work Restrictions 

Work hours are from 7:00 AM to 5:30 PM, Monday through Friday, excluding federal holidays 

The contractor must comply with any directives from the Department of Homeland Security (DHS) in case of security alerts 

Quality and Safety Requirements 

The contractor is responsible for ensuring compliance with all applicable regulations, including OSHA standards. A safety program must be implemented to protect personnel and property 

Deliverables 

The contractor must provide a project schedule, procedures for removal and installation, reports, and maintenance recommendations 

A final report in PDF format, including new sewer lines piping and lift station control system drawings, must be submitted 

Warranty 

The contractor must provide a warranty that covers defects in equipment, material, or workmanship for at least one year. 

The government will award to the lowest price, technically acceptable, responsible offeror. The Contractor shall provide all labor, material, equipment, subcontract, supervision, and management to perform the requirements of this Performance Work Statement (PWS).  

The Government will award a contract resulting from this solicitation to the responsible Offeror based on Lowest Price Technically Acceptable. Technical acceptability will be based on the Contractor’s Technical Approach, Expertise and Qualified Personnel to provide the services, and Past Performance. 
 

Technical Approach - Quote must demonstrate the technical approach by providing a narrative addressing all the items in the scope. The narrative shall at a minimum include your plan of action, equipment, key team members, and schedule. 

Past Performance – Quotes shall demonstrate successful past performance of at least 3 three (3) references for similar projects. The information shall include name of person, company, phone number, email address, and brief description of the project. 

Offerors shall meet or exceed and specifications and scope of work of items being quoted. 

Failure to submit required technical approach and past performance will deem a proposal non-responsive and no consideration for award will be given. 

Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acuisition.gov. 
 

INVOICE PROCESSING PLATFORM 

The U.S. Section International Boundary and Water Commission (USIBWC) has transitioned to an electronic invoicing system. The Invoice Processing Platform (IPP) is a secure, web-based system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis. IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency. 

Information concerning accessing the IPP system will be provided at time of award. 

END of combined synopsis/solicitation.    

Attachments:  

Performance Work Statement 

Price Sheet 

Applicable Provisions and Clauses 

Wage Determination  

Illustration (1) 

Similar Awards

Falcon heights Texas Not Specified
Texas 11 Mar 2020 at 4 AM
Location Unknown Not Specified
Location Unknown 21 Jul 2015 at 4 PM
Charleston West virginia 05 Jul 2017 at 12 PM