USIBWC IMPLEMENTATION OF CLASS DEVIATION
Type: Special Notice
Overview

Buyer

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

    The International Boundary and Water Commission (USIBWC) is implementing a class deviation in its procurement processes, as outlined in a special notice. This initiative is in response to recent changes in the Federal Acquisition Regulation (FAR) and associated Executive Orders, which require the exclusion of certain sustainability-related provisions and the inclusion of new directives in solicitations and contracts. The updates aim to realign federal procurement practices with the latest executive directives, particularly regarding sustainability and compliance with anti-discrimination policies. Interested parties can reach out to Philip Johnson at philip.johnson@ibwc.gov or call 915-255-9324 for further details on this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum from the Office of Government-wide Policy, issued by William Clark, outlines updates regarding class deviations from the Federal Acquisition Regulation (FAR) in response to Executive Orders 14173 and 14168. These orders mandate changes to ensure compliance with new anti-discrimination policies, following the revocation of Executive Order 11246, which previously enforced equal employment opportunity standards. The supplement eliminates certain outdated clauses and specifies new provisions that agencies must follow in future contracts and solicitations. Agencies are directed to remove specific provisions related to apprenticeship and affirmative action from current solicitations and to include updated clauses relevant to wage rate requirements and subcontracting standards. The document emphasizes that contractors remain subject to existing civil rights laws, regardless of their status as government contractors. It also highlights the need for agencies to consult with legal counsel when creating FAR deviations. The memorandum aims to provide a clear framework for federal agencies to adapt to these regulatory changes, ensuring fair contracting practices that align with the current administration's priorities.
    The CAAC Letter 2025-02 Supplement 1 outlines a directive to civilian agencies regarding class deviations from the Federal Acquisition Regulation (FAR) in response to Executive Order 14148, which rescinds prior executive orders impacting procurement practices. Specifically, it revokes Executive Order 14057 on federal sustainability and Executive Order 14208 regarding paper straws, facilitating a shift in federal purchasing policies towards a more favorable stance on plastic straws and sustainability requirements. The memorandum mandates that contracting officers amend solicitations and contracts by excluding certain FAR clauses linked to sustainability and implementing new provisions as defined in the attachment. Agencies are guided to ensure compliance with these executive orders while adapting their acquisition policies and procedures, especially in regards to sustainable products and services. Additionally, existing contracts will require agencies to develop compliance strategies without the sustainability mandates established in prior regulations. This document serves to realign federal procurement efforts to reflect the latest directives from the executive branch, supporting a shift in focus on policy adherence in environmental and sourcing practices.
    The U.S. International Boundary and Water Commission (USIBWC) is implementing changes to its procurement processes in response to recent class deviations from the Federal Acquisition Regulation (FAR) and related Executive Orders. This notice outlines necessary actions to ensure compliance, including the exclusion of certain provisions and clauses from new solicitations and the inclusion of specified deviations. Key updates are also highlighted for existing contracts, with the intention to facilitate modifications through unilateral adjustments. Additionally, it addresses potential delays in system updates within the System for Award Management (SAM) as entities may still need to complete representations based on older provisions. Furthermore, provisions tied to sustainability regulations are being updated to comply with Executive Order 14208, which removes non-statutory sustainability preferences in purchasing food service wares. An attached list identifies vendors affected by these changes. These updates reflect the USIBWC's commitment to align its operations with federal standards while adapting its procurement processes to evolving regulatory environments.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Upper Brownsville Levee & Floodplane Failure
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking contractors for the Upper Brownsville Levee & Floodplain Failure project, which is categorized under federal contracting opportunities. This presolicitation aims to address critical infrastructure needs related to levee and floodplain management, ensuring the safety and resilience of the affected areas. The project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is vital for maintaining flood control and environmental protection in the region. Interested parties can reach out to primary contact Suzette Smith at suzette.smith@ibwc.gov or by phone at 915-832-4110, or secondary contact Philip Johnson at philip.johnson@ibwc.gov or 915-255-9324 for further details.
    Replacement of Penstock #5 Hydraulic System
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking qualified contractors for the replacement of the hydraulic system for Penstock 5. This procurement aims to enhance the operational efficiency and reliability of the hydraulic system, which is critical for the management of water resources along the US-Mexico border. The project falls under the NAICS code 237990, categorized as Other Heavy and Civil Engineering Construction, and is vital for maintaining infrastructure integrity in the region. Interested parties can reach out to Adrian Knights at adrian.knights@ibwc.gov or call 915-832-4794 for further details regarding the procurement process.
    EBID Water Rights Appraisal
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking qualified firms to conduct an appraisal of water rights as part of its EBID Water Rights Appraisal project. This procurement aims to engage professional services in the field of real estate appraisal, specifically focusing on the evaluation of water rights in the El Paso, Texas area. The appraisal services are critical for ensuring accurate assessments that support water management and allocation between the United States and Mexico. Interested parties should reach out to Seone Michael Jones at seone.jones@ibwc.gov for further details regarding this opportunity.
    Bathroom Upgrade/Remodel
    Buyer not available
    The International Boundary and Water Commission (USIBWC) is seeking a contractor for a bathroom upgrade and remodel project at the Falcon Power Plant in Starr County, Texas. The project involves the assessment, design, and installation of new bathroom facilities, including sinks, faucets, lighting, and plumbing, with a completion timeline of 120 days post-award. This initiative is crucial for ensuring compliance with U.S. Plumbing and National Electric Service Codes, while also adhering to safety and environmental standards due to the site's proximity to the Mexico border. Interested contractors should contact Adrian Knights at adrian.knights@ibwc.gov or call 915-832-4794 for further details and to submit their proposals.
    Nogales International Wastewater Treatment Plant (NIWTP) Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ)
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking qualified contractors for the Nogales International Wastewater Treatment Plant (NIWTP) Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ) contract. This procurement aims to address the maintenance, repair, and rebuilding of water purification and sewage treatment equipment, which is crucial for ensuring effective wastewater management in the region. The work will primarily take place in Rio Rico, Arizona, and is categorized under the NAICS code 237110, focusing on water and sewer line construction. Interested parties should reach out to Seone Michael Jones at seone.jones@ibwc.gov for further details regarding the opportunity.
    FAR 52.225-11, Buy American-Construction Materials Under Trade Agreements for Hydrant Drain Base-Iron Casting
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist New York office, is issuing a special notice for the procurement of hydrant drain base-iron casting materials under the Buy American Act and applicable trade agreements. This opportunity aims to ensure that construction materials used in military projects comply with domestic sourcing requirements, thereby supporting local industries and maintaining quality standards. The procurement is critical for maintaining infrastructure integrity at military installations. Interested vendors can reach out to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further details regarding the opportunity.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work on critical irrigation infrastructure in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and includes the rehabilitation and replacement of check structures MC185, MC270, and MC420, as well as the Lateral 73-36 Check, with an estimated project cost exceeding $10 million. The project is vital for enhancing irrigation efficiency and ensuring reliable water management for agricultural needs, with a proposal submission deadline of March 18, 2025, and a performance period of 900 days post-notice to proceed. Interested contractors can contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444 for further details.
    VIPR I-BPA for Weed Washing Unit for Regions 3, 5, and 6
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking to establish multiple agreements for the procurement of Weed Washing Units to support fire suppression and related all-hazard incidents across Regions 3, 5, and 6. These units are essential for effective response operations, requiring contractors to provide high-pressure wash systems that meet specific environmental standards, maintain operational equipment, and ensure trained personnel are available while adhering to safety regulations. The agreements will facilitate year-round use, with peak demand anticipated from March to October, although no orders are guaranteed. Interested parties can contact Briana Chalmers at briana.c.chalmers@usda.gov or by phone at 803-497-5383 for further details regarding this total small business set-aside opportunity.
    CBP U.S. Border Patrol Tucson Sector Bottled Drinking Water
    Buyer not available
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking a contractor to provide bottled drinking water for various temporary holding facilities in the Tucson Sector, starting January 2025. The selected contractor will be responsible for delivering commercially available bottled water that meets USDA and FDA standards, ensuring the health and safety of detainees through adequate hydration. This procurement is crucial for maintaining detainee welfare and compliance with federal health regulations, with deliveries required to occur during standard operational hours to ten specified USBP locations. Interested parties should contact Christopher J. Shaw at christopher.j.shaw@cbp.dhs.gov for further details, as the contract is set for a 12-month period with four optional extensions.
    Irrigation and Plumbing System Spare Parts
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Bujumbura, is seeking qualified vendors to supply irrigation and plumbing system spare parts, as outlined in a Combined Synopsis/Solicitation notice. The procurement includes a variety of plumbing supplies such as PVC and copper pipes, fittings, toilet components, faucets, and circulating pumps, with specific quantities and brands like ZURN and TACO detailed in the accompanying documentation. These goods are essential for maintaining infrastructure and facilities within governmental contexts in Burundi. Interested parties should direct inquiries to the Bujumbura Procurement Section at BujProcurement@state.gov, and must ensure compliance with federal anti-discrimination laws as outlined in the relevant certification documents.