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
    Description

    The International Boundary and Water Commission (IBWC) is soliciting proposals for 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 (NIWTP) in Arizona. The objective is to enhance the biosolids drying process, achieving a minimum of 80% dry solid content while ensuring compliance with federal, state, and local regulations. This procurement is crucial for improving wastewater management and operational efficiency at the facility. Interested bidders must submit their proposals by June 18, 2025, at 3 PM MDT, and are required to attend a mandatory site visit on May 14, 2025, to collect wet sludge samples. For further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.

    Point(s) of Contact
    Seone Michael Jones
    seone.jones@ibwc.gov
    Files
    Title
    Posted
    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.
    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.
    The document addresses inquiries related to a Request for Proposals (RFP) concerning the drying of biosolids sludge. It clarifies that the sludge samples will be wet and not yet dried, emphasizing that they will be in liquid form prior to the drying process. Additionally, it notes that there is no applicable data regarding solids content as it pertains to "cake" form, and it confirms that it is possible to obtain more than 5 gallons of the sludge samples for testing purposes. This information is essential for potential bidders in aligning their proposals with the project requirements, focusing on the specifications and capabilities related to handling and processing the biosolids sludge effectively.
    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.
    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.
    The Nondisclosure Agreement (NDA) established by the International Boundary & Water Commission (IBWC) governs the conditional access to Controlled Unclassified Information (CUI) necessary for contractors involved in government projects. By signing this agreement, contractors commit to protecting sensitive information that could impact national interests and federal programs. The document outlines the responsibilities of contractors, including limiting disclosures to authorized personnel and ensuring proper handling of CUI. It states that unauthorized disclosure may lead to possible legal actions and termination of contracts. Moreover, contractors must maintain a list of all parties who access CUI, properly classify and store data, and submit any works for security review before publication. The agreement emphasizes that conditional access does not waive any governmental privileges concerning CUI and aligns with federal statutes related to national security. Finally, contractors must certify the destruction of CUI data upon contract completion and request special permission to retain any materials beyond stipulated requirements. This NDA is vital for ensuring data protection and compliance in the context of federal RFPs and grants.
    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.
    The document outlines responses to pre-proposal questions regarding the Biosolids Sludge Dryer Alternatives project under RFP 191BWC25R0002. Key topics addressed include the decommissioning of the dewatering facility, which cannot be relocated or paused during the upgrade process. The dimensions for new structures are restricted to a maximum footprint of 50 ft x 150 ft, although multi-level constructions are permitted. Collaborative proposals with contractors by suppliers, like Charter Machine, are allowed. The document provides detailed operational data necessary for bidders, including the current operating hours, energy consumption, maintenance costs, disposal fees, and waste transport costs, which will inform a 20-year cost/savings analysis. Complete “as built” drawings of the existing facility will be available, and bidders are advised to consider sludge feed pumps in their proposals. Overall, this document serves to guide potential contractors by clarifying project specifications and operational parameters essential for their bids in the competitive proposal process for government projects.
    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.
    The Performance Work Statement (PWS) from the International Boundary and Water Commission outlines a project to enhance the biosolids drying process at the Nogales International Wastewater Treatment Plant (NIWTP) in Arizona. The project aims to improve operational efficiency by installing new biosolids electro-osmosis and low-temperature dryers, as well as automated screw presses, achieving at least 80% dry solid content. The contractor will handle all necessary equipment, supplies, installations, and permits, and ensure minimal disruption to ongoing operations. The PWS details specific requirements for equipment design, installation, operation, and regulatory compliance. It mandates coordination with existing systems, including SCADA for monitoring and operation. The contractor must also provide training for NIWTP staff and ensure safety in their operations. Key proposals should demonstrate the bidders' experience, capabilities, and a comprehensive understanding of the required technologies. Scheduled deliveries include a project work plan, performance bonds, and equipment specifications. Regular progress updates and strict regulatory compliance are essential throughout the project lifecycle. This initiative reflects the USIBWC’s commitment to modernizing wastewater management while adhering to environmental standards and operational integrity.
    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
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
    Janitorial Services
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (US-Mexico) is soliciting proposals for janitorial services at the Falcon Dam Power Plant located in Falcon Heights, Texas. The contractor will be responsible for providing cleaning services twice a week, specifically on Mondays and Thursdays, for a facility covering approximately 3,500 square feet, which includes various operational areas such as control rooms, restrooms, and break rooms. This procurement is crucial for maintaining a clean and safe working environment at the facility, with a contract period spanning from September 30, 2025, to October 1, 2030, including a base year and four optional extension periods. Interested bidders must submit their quotes via email by 3:00 PM MST on the specified due date, and all inquiries should be directed in writing to Adrian Knights at adrian.knights@ibwc.gov.
    Liquid Sanitary Disposal and Grease Pumping
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons (FBOP), is seeking qualified contractors for liquid sanitary waste disposal and grease pumping services at the Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) in Phoenix, Arizona. The contract will involve the removal of liquid sanitary waste from various locations, including wastewater treatment plants and food service grease traps, with specific pumping frequencies ranging from weekly to annually. This procurement is critical for maintaining sanitary conditions within correctional facilities and ensuring compliance with Arizona's hazardous waste disposal regulations. Interested parties should contact Anne Bradley at abradley1@bop.gov or Craig Redd at credd@bop.gov, with responses to the market research questionnaire due by December 23, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.