Biosolids Sludge Dryer Alternative
ID: 191BWC25R0002Type: Solicitation
Overview

Buyer

INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNAT BOUNDARY AND WATER COMMEl Paso, TX, 79902, USA

NAICS

Industrial Machinery and Equipment Merchant Wholesalers (423830)

PSC

SEWAGE TREATMENT EQUIPMENT (4630)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 20, 2025, 12:00 AM UTC
  3. 3
    Due May 27, 2025, 9:00 PM UTC
Description

The International Boundary and Water Commission (IBWC) is seeking contractors to provide and install biosolids electro-osmosis dryers and low-temperature dryers, along with automated screw presses, at the Nogales International Wastewater Treatment Plant in Arizona. The project aims to enhance the biosolids drying process, ensuring a minimum of 80% dry solid content while maintaining compliance with federal, state, and local regulations. This procurement is critical for improving wastewater management and operational efficiency at the facility. Interested bidders must submit their proposals by May 27, 2025, and are required to attend a mandatory site visit on April 18, 2025, where they will collect wet sludge samples. For further inquiries, potential bidders can contact Seone Michael Jones at seone.jones@ibwc.gov.

Point(s) of Contact
Seone Michael Jones
seone.jones@ibwc.gov
Files
Title
Posted
Apr 20, 2025, 5:04 PM UTC
The document is a solicitation from the International Boundary and Water Commission (IBWC), designated as solicitation number 191BWC25R0002, issued on April 7, 2025. The aim is to procure the purchase and installation of biosolids electro-osmosis dryers and low-temperature dryers, along with automated screw presses at the Nogales International Wastewater Treatment Plant in Arizona. The contract is structured as a firm fixed price, with a performance period of 540 calendar days following the notice to proceed. A mandatory site visit is scheduled for April 18, 2025, where potential bidders are encouraged to collect wet sludge samples. Participants must submit a non-disclosure agreement beforehand to gain access. Bidders should direct queries in writing by April 16, 2025, and are required to consider specific wage determinations related to the project. The solicitation includes detailed instructions for submission, requiring performance and payment bonds. Bids must be delivered by May 27, 2025. The document emphasizes adherence to various federal clauses, ensuring compliance with legal standards and regulations governing government contracts, particularly those affecting small businesses and labor practices. The solicitation encapsulates the federal approach to procurement, emphasizing transparency, fairness, and rigorous compliance with contractual obligations.
Apr 20, 2025, 5:04 PM UTC
This document pertains to the Request for Proposal (RFP) 191BWC25R0002, focusing on the procurement process for a biosolids sludge dryer alternative. It poses specific questions regarding the nature of the sludge sample to be evaluated, inquiring whether it will be in cake or liquid form and, if cake, the estimated percentage of solids present. Additionally, the document seeks clarification on the possibility of obtaining more than 5 gallons of the sludge sample for testing purposes. These inquiries reflect a need for detailed information to ensure accurate assessments and effective decision-making regarding the equipment or technology to be procured for biosolid management. Understanding the specifications of the sludge is crucial for suppliers to tailor their proposals effectively, thereby aligning with federal and state requirements for environmental compliance and project execution.
Apr 20, 2025, 5:04 PM UTC
The document outlines the bid submission requirements and evaluation process for a Request for Proposal (RFP) related to a biosolids sludge dryer project under the International Boundary and Water Commission (IBWC). Bidder submissions must be sent electronically, including essential forms such as SF 1442 and various IBWC forms, along with a Statement of Qualifications detailing the bidder’s business background, project experience, and financial status. The evaluation criteria emphasize the importance of technical understanding, past performance, and compliance with contract requirements. Bidders are required to maintain professional conduct, avoid conflicts of interest, and communicate solely through the designated Contracting Officer. Proposals will be evaluated based on adherence to solicitation requirements with emphasis on both cost and technical capability, allowing for trade-offs between proposals that are lower in price versus those that exceed technical expectations. The selection process may occur without discussions, but clarifications of proposals are permitted. Overall, the document reinforces the stringent standards expected for bidding as well as the potential for competitive selection based on a comprehensive evaluation of qualifications and past performance.
The document is a certification form related to the submission of bids or offers for contracts with the United States Section of the International Boundary and Water Commission (IBWC). It serves as an official declaration by a corporate representative indicating their authority to sign on behalf of their corporation for a specific solicitation. The form requires the signer to provide their title, name, and the position held within the corporation, confirming that the bid was signed with the governing body’s approval and falls within the corporation's operational scope. This certification is essential for ensuring the legitimacy of submissions in federal contracting processes, reinforcing compliance and accountability in competitive bidding. Overall, the certification plays a crucial role in formalizing bids submitted in response to government RFPs and grants, particularly within the context of international boundary and water management projects.
Apr 20, 2025, 5:04 PM UTC
The IBWC Form 116 (ACQ) is a formal document used in federal procurement processes, specifically requiring bidders to provide details about the equipment they plan to use for a project. Bidders are instructed to fill in pertinent information such as the year of the equipment, make, model, quantity, and its intended usage or purpose. This structured approach allows the reviewing agency to assess the suitability and capability of bidders based on the equipment specified. The form is a critical component of the bidding process, ensuring transparency and consistency in evaluating submissions related to federal grants and RFPs. The emphasis on equipment details underscores the importance of reliability and performance in fulfilling government contracts.
Apr 20, 2025, 5:04 PM UTC
The International Boundary & Water Commission (IBWC) Nondisclosure Agreement outlines the conditions for accessing Sensitive But Unclassified (SBU) information related to U.S. government projects. It mandates that contractor representatives consent to protect SBU information from unauthorized access or disclosure and specifies the types of SBU data, including sensitive infrastructure details and vulnerabilities. Access is granted strictly for fulfilling contractual obligations, with provisions requiring contractors to obtain written approval for disclosures and to maintain proper records of SBU recipients. The agreement stipulates that the terms are binding indefinitely until a formal release is provided, and violations can lead to significant legal consequences for both individuals and companies involved. The document serves as a critical framework for ensuring the security of sensitive information within federal RFPs and contracts, aligning with broader national security protocols. It emphasizes the importance of safeguarding SBU data while allowing for necessary collaboration and communication among contractors.
Apr 20, 2025, 5:04 PM UTC
The Performance Work Statement outlines the requirements for improving the biosolids drying process at the Nogales International Wastewater Treatment Plant (NIWTP) under Solicitation No. 191BWC25R0002. The U.S. Section of the International Boundary and Water Commission seeks to install biosolids electro-osmosis and low-temperature dryers, along with automated screw presses, to enhance operational efficiency and achieve a minimum of 80% dry solid content in biosolids. Key tasks include providing necessary equipment, ensuring compliance with federal, state, and local regulations, and maintaining the plant's ongoing operations during installation. Bidders are required to demonstrate experience, provide cost estimates, and detail the project schedule while adhering to safety and regulatory standards. The established project timeline spans 540 days, with comprehensive reporting and coordination required to facilitate successful implementation. This initiative reflects a commitment to optimizing wastewater management and environmental compliance in the region.
Apr 20, 2025, 5:04 PM UTC
Apr 20, 2025, 5:04 PM UTC
Apr 20, 2025, 5:04 PM UTC
The document outlines Wage Determination No. 2015-5481 from the U.S. Department of Labor regarding the Service Contract Act (SCA). It mandates minimum wage requirements for federal contracts, stipulating a rate of at least $17.75 per hour under Executive Order 14026 for contracts signed after January 30, 2022, while contracts awarded between 2015 and 2022 must pay at least $13.30 per hour unless higher wages are specified. The document lists specific occupations and corresponding wage rates for various job categories predominantly located in Arizona counties (Graham, Greenlee, Santa Cruz). It also details additional benefits, including health and welfare provisions, paid sick leave, holiday pay, and vacation requirements. This information is crucial for contractors as it governs wage compliance for employees involved in federal contracts. The document serves as a guideline for ensuring fair compensation and labor practices within government contracts and is essential for adherence to evolving federal employment standards. Overall, it highlights the government's commitment to fair labor practices and the protection of workers' rights.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Replacement of 6P3 Drainage Sump Pump & Wore Out Parts In House O&M Project (Urgent)
Buyer not available
The International Boundary and Water Commission (IBWC) is seeking quotes for the urgent replacement of a 6P3 drainage sump pump and worn-out parts at the Amistad Power Plant located in Del Rio, Texas. This procurement is a 100% Small Business Set Aside, requiring compliance with the NAICS code 811310 for Commercial and Industrial Machinery and Equipment Repair and Maintenance. The project is critical for maintaining operational efficiency and environmental compliance at the facility, with a contract expected to be awarded based on the lowest price technically acceptable (LPTA) offer. Interested vendors must submit their quotes via email by April 17, 2025, and are encouraged to attend a site visit scheduled from March 25-27, 2025, to better understand the project requirements. For further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
Maintenance of Wastewater Collection and Treatment Systems
Buyer not available
The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for the maintenance of its wastewater collection and treatment systems at the New Embassy Compound. The contract requires professional services for inspections and planned maintenance of the sanitary sewer collection system and wastewater treatment plant, ensuring optimal operational efficiency and compliance with safety and environmental regulations. This firm-fixed-price contract is set for one year, with services expected to commence between July and October 2025. Interested contractors must submit their proposals by April 28, 2025, and ensure compliance with federal anti-discrimination laws as outlined in the attached certification document. For further inquiries, contact Deana Nelson at NelsonDA@state.gov or by phone at 242-322-1181.
WSMR Sewer Installation Bldg. 90140
Buyer not available
The Department of Defense, through the Army's Mission and Installation Contracting Command at Fort Bliss, is seeking bids for a firm fixed price construction contract to install a sewer line to Building 90140 at White Sands Missile Range, New Mexico. The project involves extending sewer service by installing a new 6-inch diameter PVC sewer line and a 48-inch diameter concrete service manhole, with all work to be completed within 60 calendar days following the issuance of a Notice to Proceed. This acquisition is set aside for small businesses under NAICS code 237110, with an estimated procurement value between $100,000 and $250,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact MAJ Cuong Tran at cuong.m.tran5.mil@army.mil or 915-247-4468 for further details, with the solicitation expected to be issued around May 5, 2025.
City of Paden City Wastewater Treatment Facility Improvement, Phase II - Section 219
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the improvement of the Paden City Wastewater Treatment Facility as part of Phase II under Section 219. The project entails upgrading the sludge dewatering system, which includes demolishing existing sludge drying beds, installing a new belt filter press and associated building, and enhancing the aeration system. This construction effort is crucial for maintaining effective wastewater treatment operations and ensuring compliance with environmental standards. The contract, valued between $1,000,000 and $5,000,000, will be awarded as a Firm-Fixed-Price (FFP) contract, with a completion timeline of 450 calendar days post Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Mario Dizdarevic at 412-395-7256 or via email at mario.dizdarevic@usace.army.mil.
Z--BGNDRF - SIDEWALK AND DRIVEWAY CONCRETE REPAIR
Buyer not available
The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the demolition and reconstruction of sidewalks and driveways at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project aims to replace deteriorated concrete structures with heavy-duty alternatives, adhering to industry standards and safety regulations, including guidelines from the American Concrete Institute (ACI) and the Occupational Safety and Health Administration (OSHA). This initiative is critical for maintaining the facility's infrastructure and ensuring effective stormwater management. Interested contractors must submit their proposals by April 25, 2025, and are encouraged to contact Valerie Jiron at vjiron@usbr.gov or 505-462-3658 for further details.
Betty Jane Bagley OSS Replacement (Suquamish)
Buyer not available
The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
S--Wastewater Operator Services for Yosemite NP
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide Wastewater Operator Services at Yosemite National Park. The procurement aims to secure California certified wastewater treatment plant operators for a five-month period, from May 18, 2025, to October 18, 2025, to maintain compliance with federal and state wastewater regulations across three treatment facilities. This contract is crucial for ensuring the effective management of wastewater processes in a national park setting, thereby supporting environmental sustainability and public health. Interested small businesses must submit their quotes by April 23, 2025, at 5 PM Pacific Time, and can direct inquiries to Charlene Flanagan at CharleneFlanagan@nps.gov or by phone at 209-379-1465.
Oil Water Separator Testing and Pumping
Buyer not available
The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking a contractor for the Oil Water Separator Testing and Pumping project at Cannon Air Force Base in New Mexico. The contractor will be responsible for waste characterization sampling, analysis, and the complete management of the pump-out, cleaning, and disposal of waste from oil-water separators, ensuring compliance with environmental regulations. This procurement is set aside exclusively for small businesses, with a focus on effective waste management solutions, and requires vendors to submit their quotes by April 24, 2025, following a site visit on March 27, 2025. Interested parties can contact Corey Isaacs at corey.isaacs.1@us.af.mil or 575-784-4243 for further details.
Chemical Latrines & Pumping
Buyer not available
The Department of Defense, specifically the U.S. Army Yuma Proving Ground, is soliciting quotes for a contract to provide chemical latrines and pumping services in Yuma, Arizona. The procurement involves the delivery and servicing of portable latrines and hand wash stations, as well as the pumping and disposal of waste from various septic systems and grease traps, with a focus on maintaining environmental compliance and sanitation standards. This contract is crucial for ensuring hygiene in military operations and public venues, reflecting the government's commitment to maintaining operational efficiency and safety. Interested small businesses must submit their quotes by May 13, 2025, and can direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.
Gray Water Removal Services - Fort Irwin, CA
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Gray Water Removal Services at Fort Irwin, California, under a total small business set-aside contract. The contractor will be responsible for the collection, storage, and removal of gray water, utilizing specific hard plastic containers with a capacity to manage up to 63,000 gallons of gray water daily during the contract period from May 27 to June 17, 2025. This procurement is crucial for maintaining environmental compliance during military training exercises, ensuring that waste management practices meet federal standards. Interested parties should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 502-898-1254, with a total contract value of $9,000,000 and compliance with various performance and security requirements outlined in the solicitation documents.