USIBWC SCADA Lifecycle Support
ID: FY26R1221002Type: Combined Synopsis/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

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR) (DJ01)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The International Boundary and Water Commission (USIBWC) is seeking a contractor to provide comprehensive lifecycle support for the Supervisory Control and Data Acquisition (SCADA) system at the Nogales International Wastewater Treatment Plant in Arizona. The contractor will be responsible for maintaining, securing, and enhancing the SCADA system, which is critical for wastewater treatment operations, including system maintenance, software patching, and cybersecurity compliance with federal standards such as NIST and FISMA. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires specific qualifications, including Ignition Gold certification and relevant SCADA experience. Proposals are due by 10:00 AM MST on January 9, 2026, and interested vendors must contact Suzette Smith at suzette.smith@ibwc.gov for access to the submission portal.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the applicable terms and conditions for a federal acquisition, incorporating clauses by reference from the Federal Acquisition Circular FAC-Circular 2025-06. Key aspects include annual representations and certifications, contract terms implementing statutes or executive orders, and specific clauses for simplified acquisitions and subcontracts. The document emphasizes personal identity verification, System for Award Management (SAM) maintenance, and safeguarding contractor information systems. Funding is subject to availability and incremental releases, with no government liability until written notice of fund availability is provided. Contractors must provide and maintain specific insurance coverage, particularly for work on government installations. The U.S. Section International Boundary and Water Commission (USIBWC) utilizes an electronic invoicing system (IPP). A significant section details prohibitions on contracting for certain telecommunications and video surveillance equipment or services, requiring offerors to disclose their use or provision of such equipment. Offers will be evaluated based on best value, considering price and other factors, with the government reserving the right to negotiate. Option prices will be evaluated by adding them to the basic requirement.
    The USIBWC Price Sheet outlines pricing requirements and a framework for submitting quotations for labor and software services. Pricing must exclude state and local taxes, aligning with FAR Subpart 29.3. Vendors must ensure their SAM.gov registration is active at the time of quotation and award, with the Unique Entity ID matching the submitting entity. The price sheet details line items for general labor and emergency labor across a base year and three option years, along with a one-time cost for endpoint protection and patch management software. Companies are required to provide their name, date, Unique Entity ID, and point of contact, filling in unit prices and total costs for each CLIN. This document serves as a structured request for pricing from potential contractors.
    The U.S. International Boundary and Water Commission (USIBWC) seeks a contractor for SCADA Systems maintenance and improvements, focusing on the Nogales, AZ, and San Ysidro, CA, International Wastewater Treatment Plants. The project addresses cybersecurity threats, system upgrades, and critical infrastructure protection. The contractor must possess specialized skills in SCADA, wastewater treatment, Ignition software, Cisco networking, VMware, Windows domains, and programming (Java, Python, SQL), with staff requiring Tier 4 background investigations. Key deliverables include acting as a SCADA expert, developing agency standards, reviewing designs, auditing existing systems, and providing remote and emergency on-site support. The contract emphasizes compliance with federal security regulations such as FISMA and NIST guidelines, ensuring a robust defense-in-depth strategy against cyber threats. The period of performance is 365 days with potential renewals, and the contract specifies firm-fixed-price orders, invoicing requirements, and security stipulations for controlled unclassified information (CUI).
    The document establishes minimum wage rates for contract workers under the Service Contract Act, highlighting two major Executive Orders that set different pay thresholds depending on contract dates. Contracts beginning or renewing after January 30, 2022, require a minimum wage of $17.75 per hour, while those initiated between January 1, 2015, and January 29, 2022, set the minimum at $13.30 per hour for 2025. It also details additional benefits such as health and welfare contributions, paid vacation, and sick leave obligations for contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Operation & Maintenance of the South Bay Wastewater Treatment Plant
    Buyer not available
    The International Boundary and Water Commission (IBWC) is seeking qualified contractors for the operation and maintenance (O&M) of the South Bay International Wastewater Treatment Plant (SBIWTP) located in San Diego, California. The contract will encompass full-service O&M, including management, labor, and materials necessary for the plant's operation, compliance with environmental regulations, and coordination with Mexican authorities for wastewater treatment. This procurement is critical for maintaining the plant's capacity to treat wastewater from Tijuana, Mexico, and ensuring compliance with the National Pollutant Discharge Elimination System (NPDES) permit requirements. Interested parties must submit proposals electronically via a secure SharePoint portal by December 22, 2025, and can direct inquiries to Philip Johnson at philip.johnson@ibwc.gov or Seone Michael Jones at seone.jones@ibwc.gov.
    Security System Service - LRGV
    Buyer not available
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its Lower Rio Grande Valley (LRGV) facilities, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The procurement includes comprehensive services such as coordinating with the Security Services Division, maintaining and upgrading security system software, and ensuring 24/7 operational support, including on-call repairs and annual inspections. This opportunity is critical for enhancing the security infrastructure at key U.S. border facilities, with a contract structured for a base year and four optional extensions, emphasizing the importance of technical capability and past performance in the evaluation process. Interested parties must submit their quotes by January 5, 2026, and are encouraged to arrange a site visit on December 17, 2025, with inquiries directed to Seone Michael Jones at seone.jones@ibwc.gov.
    Translation Services
    Buyer not available
    The International Boundary and Water Commission (IBWC) is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for translation services, specifically for Spanish to English and occasional English to Spanish translations, to be performed at their El Paso headquarters. The contractor will be responsible for translating various documents, including technical reports and international agreements, while adhering to specific formatting and procedural guidelines, and ensuring a one-day turnaround for priority items. This contract is crucial for facilitating communication and documentation between the U.S. and Mexico, particularly in engineering and scientific contexts. Interested parties must submit their quotes by December 12, 2025, at 3:00 PM MST, and can direct inquiries to Angelica Baca at angelica.baca@ibwc.gov.
    CBP Ajo Station Trash Removal Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking quotations for solid waste removal services at the Ajo Border Patrol Station and the Ajo State Route 85 Checkpoint in Arizona. The contract encompasses a base year and four option years, with service requirements including the provision of trash containers, specified pickup frequencies, and compliance with federal, state, and local regulations. This procurement is crucial for maintaining cleanliness and operational efficiency at these border facilities, with an anticipated award date around January 23, 2026. Interested small businesses must submit their quotes by December 10, 2026, and can direct inquiries to Eric Neckel at eric.r.neckel@cbp.dhs.gov.
    SCADA Aveva Edge software
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to procure the SCADA Aveva Edge software through a sole-source justification from InSource Solutions for a total of $64,000. This software is critical for updating the existing Wonderware InduSoft Web Studio SCADA software, ensuring compliance with cybersecurity requirements, and is essential for the operation of the Dissolved Oxygen Injection System, which plays a vital role in the Savannah Harbor Expansion Project. The procurement is justified under FAR Part 6.302-1 due to the unique brand-name software and its importance in environmental mitigation efforts. Interested parties can reach out to Katherine Nicholson at katherine.d.nicholson@usace.army.mil or Jennifer Ford at jennifer.m.ford@usace.army.mil for further information.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Buyer not available
    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.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Water System Upgrades Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Water System Upgrades project at the Santa Fe National Forest in New Mexico. This procurement involves the replacement of three drinking water systems located at Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, which are critical for supporting high-use recreational areas and administrative functions. The project includes extensive demolition and construction tasks, such as installing new water lines, pump houses, and associated infrastructure, with a firm-fixed-price contract valued between $500,000 and $1,000,000. Interested parties must attend a mandatory site visit on December 2, 2025, at 11:00 AM and submit their proposals by December 9, 2025, at 3:30 PM PST; for further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Boiler Water Treatment and Boiler commissioning Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.