Flex Base Material LRGFO
ID: 20243142334Type: 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

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The International Boundary and Water Commission: US-Mexico is seeking quotes from qualified small businesses for the procurement of approximately 46,091 tons of flexible base material to support levee projects in the Lower Rio Grande Flood Control Project. The contractor will be responsible for delivering the material to various specified locations, including levees near La Villa, TX, and ensuring compliance with technical specifications and safety regulations. This procurement is crucial for maintaining flood infrastructure and enhancing local safety measures. Interested vendors must submit their quotes via email by 2:00 PM MDT on September 25, 2024, and may direct inquiries to Suzette Smith at suzette.smith@ibwc.gov or Juan Uribe at juan.uribe@ibwc.gov before the deadline of September 20, 2024.

    Files
    Title
    Posted
    The document outlines the applicable clauses and provisions for federal government contracts, particularly emphasizing the solicitation and award process. It details evaluation criteria, specifically the Lowest Price Technically Acceptable (LPTA) methodology, where contractors must provide comprehensive pricing inclusive of all taxes. Key provisions discussed include regulations on representations and certifications, particularly in relation to socio-economic statuses such as small business, veteran-owned, and other minority-owned classifications, and prohibits the use of forced child labor. The document stipulates essential certifications related to tax liabilities, restricted business operations in Sudan, and compliance with Buy American regulations. Further, it highlights requirements concerning contractor responsibility, including debarment status and previous compliance with federal regulations, and mandates electronic invoicing through the Invoice Processing Platform (IPP). This structured approach ensures that contractors are informed of compliance obligations while also promoting fair competition and transparency in federal procurement processes.
    The document is a solicitation notice from the United States Section of the International Boundary and Water Commission (USIBWC) for Flex Base Material required for levee projects in the Lower Rio Grande Flood Control Project. It confirms that funds are not currently available, and no contract will be awarded until funds are secured. Only small businesses, as defined by the applicable North American Industry Classification System (NAICS) code, may submit offers. Interested vendors must email their quotes by September 25, 2024, and may request a site visit to assess delivery locations. The award will be based on the Lowest Price Technical Acceptable (LPTA) evaluation method, requiring a complete pricing breakdown that must include all taxes. Invoices will be processed electronically through the Invoice Processing Platform (IPP). The document outlines critical requirements and conditions for proposal submissions, including personal protective equipment mandates for site visits and that inquiries must be submitted by a specified deadline. Overall, this solicitation reflects the government’s process in acquiring construction materials while adhering to regulations for small businesses.
    The document represents a pricing sheet for a federal RFP concerning the provision and delivery of flexible base material for various levee reaches and locations near La Villa, TX. The solicitation, identified as #20243142334, requires bidders to indicate unit costs for specified quantities of flexible base material across multiple delivery sites, including detailed tonnage requirements for each location. Key items include deliveries to the West and East levees, Mercedes Field Office, Anzalduas Dam, and several defined reaches along the floodway. Each line item emphasizes that freight costs must be included in the unit price, reflecting an expectation for contractors to account for total delivery costs. A grand total section is provided for bidders to summarize their total proposal cost. The document is structured succinctly into sections outlining item descriptions, quantities, and pricing, demonstrating a clear layout necessary for potential contractors to submit comprehensive bids for the project. Overall, it illustrates the government's procurement process for necessary construction materials aimed at strengthening flood infrastructure, crucial for local safety and environmental management.
    The Performance Work Statement (PWS) outlines an RFP from the United States Section of the International Boundary and Water Commission (USIBWC) for the procurement of approximately 46,091 tons of flexible base material to resurface levees in the Lower Rio Grande Flood Control Project in Cameron and Willacy Counties, Texas. The contractor is responsible for delivering the material, ensuring compliance with technical specifications regarding composition and quality, and coordinating with the Contracting Officer's Representative (COR) on logistics. The contract is expected to be completed within 120 calendar days from the award date. Detailed requirements are set forth regarding site investigation, material testing, quality assurance, waste disposal, and the use of government facilities. Furthermore, strict adherence to safety protocols and regulations, including OSHA standards, is mandated. The project emphasizes the importance of communication and coordination between the contractor and the USIBWC to mitigate any project delays. Invoices must be processed accurately, ensuring transparency and compliance with federal regulations. Overall, this document serves as a comprehensive guide for contractors participating in the project, highlighting responsibilities, quality standards, and regulatory compliance necessary for successful execution.
    Lifecycle
    Title
    Type
    Flex Base Material LRGFO
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Janitorial Services - Amistad Field Office
    Active
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking quotes for janitorial services at the Amistad Dam Field Office located in Del Rio, Texas. The procurement requires the contractor to provide all necessary labor, materials, and supplies to maintain cleanliness in four buildings, with services to be performed twice a week, including specific tasks such as sweeping, mopping, and trash removal. This contract is crucial for ensuring a sanitary work environment in a federal facility, with a base period starting on October 1, 2024, and options to extend through 2029. Interested vendors must submit their quotes by 2:00 PM MST on September 11, 2024, and can direct inquiries to Danilo Martinez at danilo.martinez@ibwc.gov.
    Sontek RS5 (RS5-MAX-PK4) ADCP
    Active
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (USIBWC) intends to procure five Sontek RS5 Acoustic Doppler Current Profilers (ADCP) with RTK GPS Modules to enhance hydrologic monitoring in the Rio Grande, Colorado, and Tijuana River Basins. This specialized equipment is crucial for accurate streamflow measurements and the calibration of existing satellite gaging stations, which are essential for water accounting and compliance with international water-sharing obligations. The procurement is justified as a sole-source acquisition due to the unique capabilities of the Sontek RS5 ADCP, which includes features not available in other brands, ensuring uniformity across IBWC operations. Interested parties must submit their offers by 2:00 PM MST on September 19, 2024, to Adrian Knights at adrian.knights@ibwc.gov, with delivery expected by December 31, 2024.
    LABORATORY SERVICES CONTRACT - NOGALES
    Active
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (US-Mexico) is seeking proposals for a Laboratory Services Contract at the Nogales International Wastewater Treatment Plant (NIWTP) located in Rio Rico, Arizona. The contract aims to secure comprehensive laboratory services to ensure compliance with environmental regulations related to wastewater, surface water, groundwater, and solid waste, including various testing requirements for pollutants and water quality indicators. This initiative is crucial for maintaining environmental standards and public health, as it supports effective wastewater management along the US-Mexico border. Proposals are due by 2:00 PM MST on September 20, 2024, and interested vendors should direct inquiries to Seone Michael Jones at seone.jones@ibwc.gov.
    Irrigation Repairs at Valle De Oro NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to undertake extensive repairs to the drip irrigation system at the Valle De Oro National Wildlife Refuge in Albuquerque, NM. The project aims to restore the damaged irrigation system, which is vital for maintaining the native plant landscaping around the Visitor Center, following its failure due to improper installation and environmental exposure. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with a performance period of 60 calendar days anticipated after receipt of the order, and a deadline for quote submission set for September 20, 2024. Interested contractors can contact Justine Coleman at justinepasiecnik@fws.gov for further inquiries regarding this opportunity.
    INVITATION FOR BIDS, LUMP SUM TIMBER CONTRACT; RED RIVER ARMY DEPOT, TEXAS
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is inviting bids for a lump sum timber contract at the Red River Army Depot in Texas. This procurement involves the sale and removal of government-owned forest products, specifically an estimated 8,571 tons of pine sawtimber, 3,968 tons of pine pulpwood, 1,322 tons of hardwood sawtimber, and 2,879 tons of hardwood pulpwood across a 650-acre area. The initiative aims to sustainably manage federal resources while providing business opportunities in natural resource harvesting. Bids are due by 10:00 AM local time on 16 October 2024, with a required bid deposit of $70,000, and full payment due by 1 July 2025. Interested parties can contact Corey Walk at corey.d.walk@usace.army.mil or Greg Kelley at gregory.a.kelley5.civ@army.mil for further information.
    FCI La Tuna Booster Pump Replacement
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for the replacement of two booster pumps at the Federal Correctional Institution La Tuna in Anthony, Texas. This procurement, identified by solicitation number 15B51024Q00000033, requires contractors to provide all necessary labor, materials, and equipment to ensure the successful installation of the new pumps, which are critical for transporting water to the facility's storage tanks. The project emphasizes compliance with federal regulations and safety protocols, with a firm-fixed price contract set aside for small businesses, including Faith-Based and Community-Based Organizations. Interested vendors must register with the System for Award Management (SAM) and submit their quotes by 12:00 PM CST on September 11, 2024, with an anticipated award date of September 13, 2024. For further inquiries, vendors can contact Walter Soto-Ruiz at wsotoruiz@bop.gov or Ana Oaxaca at aoaxaca@bop.gov.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    River Repairs and Upper Bank Paving SATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Memphis District, is soliciting bids for the River Repairs and Upper Bank Paving project, designated as W912EQ24B0008. This firm-fixed price contract is set aside for Women-Owned Small Businesses (WOSB) and involves extensive stone repairs on navigation structures along the Ohio and Mississippi Rivers, including the placement of riprap and other related tasks. The project is significant for maintaining vital navigation infrastructure and is expected to utilize approximately 2.5 million tons of stone over four ordering periods, with individual task orders defining specific locations and work types. Bidders must submit their proposals by September 20, 2024, at 10:00 AM (CDT), with the bid opening scheduled for the same day at 1:00 PM (CDT). Interested parties can contact Jessica Lurry at jessica.m.lurry@usace.army.mil or Monica Moody at monica.a.moody@usace.army.mil for further information.
    Gulf Intracoastal Waterway, Texas, Placement Area No. 118-A Improvements, Dike Repair and Shoreline Erosion Protection in Calhoun County, Texas. (Previously W912HY23B0004)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a contract for the Gulf Intracoastal Waterway, Texas, Placement Area No. 118-A Improvements, Dike Repair and Shoreline Erosion Protection in Calhoun County, Texas. This project involves the repair and protection of dikes and shoreline erosion in Calhoun County, Texas. The contract requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to the solicitation. The project includes the construction of various structures such as drop outlet structure, access dike, containment dike, training dike, revetment, and breakwater. The completion time for the project is 274 calendar days. The contract will be a firm-fixed price contract with a magnitude between $5,000,000.00 and $10,000,000.00. The solicitation will be issued on or about 10 October 2023, with a response date of 9 November 2023. Contractors must be registered with the Systems for Award Management (SAM) to be eligible for the contract. For more information, contact Ms. Lucille Smith at (409) 766-3845 or Lucille.r.smith@usace.army.mil.
    U.S. Embassy Mexico—International Narcotics & Law Enforcement Affairs (INL Mexico) Integrated Services for Receiving, Warehousing Facilities & Related Services, Customs Brokerage, and Transportation Services
    Active
    State, Department Of
    The Department of State, through the U.S. Embassy in Mexico, is seeking information from vendors regarding integrated services for receiving, warehousing, customs brokerage, and transportation related to equipment donations to Mexico. The objective is to gather insights on best practices and innovative solutions to enhance service efficiency, validate the current warehouse service model, and potentially develop a new framework that addresses the unique operational challenges faced in both the U.S. and Mexico. This initiative is crucial for streamlining deliveries, minimizing import taxes, and modernizing logistical operations in support of the International Narcotics & Law Enforcement Affairs (INL Mexico). Interested parties must submit their capability statements and responses to specific questions via email by October 31, 2024, to Eric R Modrak at ModrakER@state.gov. This Request for Information (RFI) does not constitute a formal solicitation for proposals or quotes and is intended solely for planning purposes.