Security Systems Maintenance and Repair Services
ID: FY25R3101005Type: 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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

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

    The International Boundary and Water Commission (IBWC) is seeking qualified vendors to provide security systems maintenance and repair services for its facilities located in Mercedes, Texas, including the Mercedes Field Office, Anzalduas Dam, and Retamal Dam. The procurement aims to ensure the operational integrity of critical security components such as Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), with a focus on timely responses to repair requests and annual inspections. This initiative underscores the importance of maintaining robust security measures at key infrastructure sites that support the IBWC's mission of managing shared water resources between the United States and Mexico. Interested parties should contact Danilo Martinez at danilo.martinez@ibwc.gov or Seone Michael Jones at seone.jones@ibwc.gov for further details, with an estimated contract value of $273,419 and a total small business set-aside designation.

    Point(s) of Contact
    Seone Michael Jones
    seone.jones@ibwc.gov
    Files
    Title
    Posted
    The document outlines the justification for a sole source procurement of security system maintenance services at the Lower Rio Grande Valley (LRGV) facilities, with an estimated cost of $273,419. Applied Security Technologies (AST) is identified as the only vendor capable of meeting the agency's urgent response time requirement of eight hours due to its proximity to the facilities and expertise in servicing specific security equipment, including PCAS, IDS, CCTV, and CCURE 9000 systems. The justification is underpinned by the need for security reliability and the risk posed by employing non-local vendors who would not meet the time constraints. Market research conducted through the GSA eLibrary and other resources confirmed that AST is uniquely positioned to fulfill these requirements. The document includes certifications from the requestor and contracting officer affirming the accuracy of the information and the necessity of this procurement approach, compliant with FAR regulations regarding sole source contracts.
    The document outlines a Request for Proposal (RFP) for security system maintenance and repair services for the U.S. International Boundary and Water Commission (IBWC) at three specified locations: the Mercedes Field Office, Anzalduas Dam, and Retamal Dam. The RFP is structured in a five-line item series, where the first line represents the base year of service, valid for one year from the date of award. The subsequent four lines represent optional years, allowing for contract extensions. Each line item requests one service (SV) unit, but specific costs are not provided. This RFP reflects the government's intention to maintain operational security at critical infrastructure sites over an extended period, with flexibility for future contract renewals. The focus on security maintenance underscores the importance of safeguarding facilities essential to the IBWC's mission of managing shared water resources between the United States and Mexico.
    The statement of work outlines the requirements for security system maintenance, repair, and replacement services for the United States Section of the International Boundary and Water Commission (USIBWC) facilities, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor is tasked with ensuring the operational integrity of various security components, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while upgrading the CCURE 9000 Security Management System as needed. Key responsibilities include responding to repair requests within eight hours, providing loaner equipment when necessary, and conducting annual inspections with detailed reports. The document emphasizes the contractor's role in maintaining uninterrupted service and system functionality while coordinating closely with the Security Services Division. It establishes the context for enhancing security measures at critical government locations, reflecting the federal commitment to maintaining efficient and reliable security infrastructures for public safety.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    USIBWC IMPLEMENTATION OF CLASS DEVIATION
    Buyer not available
    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.
    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.
    58--SECURITY CAMERAS AND INSTAL - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide brand name security cameras and installation services for the Fort Davis National Historic Site in Texas. The procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, aimed at enhancing security through the installation of a comprehensive network-based camera system, including three new Axis Communications IP cameras and associated equipment. This initiative is crucial for improving visitor safety and operational efficiency at the historic site, with a delivery deadline set for April 1, 2025. Interested bidders must submit their quotations by March 14, 2025, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    Electronic Security System Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide Electronic Security System Maintenance Support Services at DLA Distribution Red River in Texas. The procurement aims to ensure the effective maintenance and operational efficiency of critical security systems, including installation, upgrades, and cybersecurity compliance for systems such as Lenel Access Control and Bosch CCTV. This initiative is vital for maintaining high security standards and operational integrity within government logistics facilities. Interested parties should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or call 717-770-8774 for further details, with the contract structured as a Firm-Fixed-Price for a four-year maintenance period starting April 5, 2025, and a total ceiling price of $20,000 for each option year.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    STATION SOUTH PADRE ISLAND HVAC UNITS 4,5,6,7 REPAIRS MAIN BUILDING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sealed bids for the repair of HVAC units 4, 5, 6, and 7 at the Station South Padre Island main building in Texas. Contractors are required to conduct a site visit for accurate assessments prior to submitting their proposals, with the contract awarded to the lowest-priced technically acceptable bidder, exclusively set aside for small businesses. The project involves troubleshooting and repairing HVAC systems, ensuring compliance with safety regulations, and completing the work within 90 days of the notice to proceed, with a projected expenditure between $25,000 and $100,000. Interested contractors should contact Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Susan B. Lawson at susan.b.lawson@uscg.mil for further details.
    Active Vehicle Barriers Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance and repair of Active Vehicle Barriers at Offutt Air Force Base in Nebraska. The procurement aims to ensure the effective functionality of vehicle barrier systems through preventive maintenance, inspections, and minor repairs, with a goal of maintaining operational rates of at least 96% to support security and traffic flow at the base. Contractors will be responsible for labor, equipment, and management of maintenance activities, adhering to federal and military standards, while also ensuring safety and environmental compliance. Interested parties should contact Ryan Brewster at ryan.brewster.3@us.af.mil or 402-294-4098, or Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475 for further details regarding this Total Small Business Set-Aside opportunity.