Amendment 0001 to Solicitation Number FY26R1221102, for USIBWC SCADA Lifecycle Support, clarifies pricing language in Section 12 of the Performance Work Statement. The amendment specifies that the reference to IT Schedule 70 is solely for pricing benchmark purposes, and offerors are not required to hold a GSA Multiple Award Schedule contract to be eligible for award. The government may consider commercially available pricing, including schedule-based pricing, to determine price reasonableness. This solicitation is not restricted to GSA MAS contract holders, as it is not being conducted under FAR Part 8. All other terms and conditions of the solicitation remain unchanged.
Amendment 0002 for Solicitation Number FY26R1221102, titled "USIBWC SCADA Lifecycle Support," clarifies the Performance Work Statement without altering the scope, evaluation factors, period of performance, or submission due date. This amendment consolidates 23 questions and answers to ensure all offerors have equal access to information. Key clarifications include allowing multiple offers, defining personnel lists as a minimum baseline, specifying eAPP for background investigations, and permitting additional cleared personnel. The amendment also addresses software scope, endpoint quantity, Tier 4 personnel clearance timing, emergency labor pricing, and prime contractor's ability to leverage clearances. It clarifies on-call coverage, remote vs. on-site support, lack of a formal transition period, and software licensing responsibility. Additionally, it confirms the requirement is set aside for Service Disabled Veteran Owned Small Businesses, outlines SCADA audit scope, discusses endpoint protection and patch management tools, and clarifies the application of CLIN 003. Government-furnished equipment, contractor responsibility for monitoring and response, insurance requirements for remote work, and GSA MAS contract necessity are also addressed. Finally, it details the scope and execution of vulnerability assessments, emphasizing non-intrusive, paperwork-based evaluations and flexibility in cybersecurity support.
Amendment 0003 to Solicitation Number FY26R1221102, titled "USIBWC SCADA Lifecycle Support," clarifies the Performance Work Statement without altering the scope, evaluation factors, period of performance, or submission due date. This amendment addresses offerors' requests for specific details regarding the Nogales (AZ) site's NIWTP SCADA system rebuild solutions, seeking information on PLCs, I/O racks, servers, HMIs, network complexity, and the extent of rebuild concepts (SCADA/OT infrastructure vs. control strategy modernization) and design maturity. However, the technical expert declined to provide the requested information due to too many variables. All other terms and conditions of the solicitation remain unchanged.
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).
This document, Wage Determination No. 2015-5481, outlines the minimum wage rates and fringe benefits for service contract employees in Graham, Greenlee, and Santa Cruz Counties, Arizona. It details applicable minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The document lists numerous occupational codes and their corresponding hourly rates, alongside specific instructions for computer employees, air traffic controllers, and weather observers regarding exemptions and differential pay. It also specifies fringe benefits including health & welfare, vacation, and eleven paid holidays. Additionally, it addresses hazardous pay differentials (8% or 4%) and uniform allowances. A conformance process is detailed for classifying unlisted occupations, ensuring fair compensation. The Service Contract Act Directory of Occupations, Fifth Edition (Revision 1), September 2015, governs job duties.