Emergency replacement of components within the grit facilities throughout the South Bay International Wastewater Treatment Plant (SBIWTP).
ID: 191BWC24R0013Type: 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

Sewage Treatment Facilities (221320)

PSC

INSTALLATION OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (N046)

Set Aside

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

    The International Boundary and Water Commission (IBWC) is soliciting bids for the emergency replacement of components within the grit facilities at the South Bay International Wastewater Treatment Plant (SBIWTP) in San Diego, California. The project aims to address urgent repairs needed for the grit facilities, including the replacement of three grit classifiers, six grit gallery pumps, and two primary air blowers, as well as conducting an Arc Flash Study to ensure safe operations. This work is critical for maintaining the plant's ability to treat sewage from Tijuana, Mexico, before discharging it into the Pacific Ocean, thereby supporting environmental compliance and public health. Interested contractors, particularly small businesses, must submit their proposals by the specified deadline and can contact Philip Johnson at philip.johnson@ibwc.gov or 915-255-9324 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for emergency repairs at the South Bay International Wastewater Treatment Plant (SBIWTP) in San Diego, California, managed by the International Boundary and Water Commission (IBWC). The main goal is to address the urgent need for repairs to the grit facility, particularly replacing worn-out components to ensure safe and reliable operations. Key tasks include replacing three grit classifiers, six grit gallery pumps, two primary air blowers, and conducting a comprehensive Arc Flash Study throughout the facility. The contract requires contractors to provide all necessary labor, materials, and coordination, with performance scheduled over a maximum of 240 days. Specific requirements detail the use of durable materials, including Type 316 stainless steel for hardware, and mandates thorough inspections and submittals for approvals prior to procurement. In addition to the primary work scope, there are optional bid items for surge control system repairs and the installation of Variable Frequency Drives (VFDs). The document emphasizes safety regulations, warranty conditions, and effective project scheduling to minimize disruptions to ongoing operations at the facility. These repairs aim to enhance the plant's efficiency in treating wastewater originating from Tijuana, Mexico, before discharge into the Pacific Ocean.
    The Statement of Work outlines repairs and replacements needed at the South Bay International Wastewater Treatment Plant (SBIWTP) in San Diego County, California. The facility treats sewage from Tijuana, Mexico, and the work is focused on rejuvenating the grit facility, a crucial component in the treatment process. The scope entails replacing classifiers, pumps, drives, and blowers, along with conducting an Arc Flash Study. The contractor must adhere to strict guidelines, coordinate with site personnel, and conform to safety and scheduling requirements. Important details include existing conditions, warranties, and submission guidelines. Additionally, the government may opt for extra repairs at surge control systems, with the contractor responsible for verifying on-site conditions. The work is to be completed within 240 days, with strict guidelines on safety, warranties, and scheduling. This project aims to enhance the resilience and efficiency of the wastewater treatment process.
    The document is an amendment to Solicitation No. 191BWC24R0013 issued by the International Boundary and Water Commission (IBWC). The purpose of Amendment 0001, effective September 10, 2024, is to incorporate responses to Request for Information (RFI) and amendments to the Scope of Work (SOW). Key details include the specification that all offers must acknowledge receipt of this amendment before the deadline, and provisions for making changes to offers as needed. It outlines the roles and responsibilities of the Contracting Officer, Philip Johnson, who is the main point of contact. The amendment establishes that all invoices must be submitted electronically and includes a list of attachments relevant to the contract. Additionally, it details the source evaluation and selection procedures, emphasizing that the contract award will be based on the lowest evaluated price for proposals meeting the standards for non-cost factors, including a technical approach and past performance assessments. This document illustrates the structured process followed by the IBWC in modifying contract terms and handling procurement requirements effectively.
    The International Boundary and Water Commission is soliciting bids for the Grit Chamber Rehabilitation project, a fixed-price construction contract with an estimated magnitude of $1–5 million. The work entails replacing various components in the grit removal system of a wastewater treatment plant. Bids are invited from small businesses, with a site visit scheduled prior to the bid deadline. The contract mandates compliance with numerous federal regulations, encompassing labor standards, safety, insurance, and tax requirements. A substantial portion of the work must be performed by similarly situated small businesses, with specific goals for minority and female participation. The winning bidder will be required to furnish performance and payment bonds, and deadlines for commencement and completion of the project are outlined. This solicitation incorporates extensive clauses governing contract administration, inspections, deliveries, and contract clauses, including FAR provisions and several IBWC-specific requirements.
    The International Boundary & Water Commission is seeking experienced contractors for a federal project involving construction and infrastructure upgrades at wastewater treatment plants. To qualify, bidders must have a minimum of 5 years of experience within the last 15 years on projects with similar scope, magnitude, and complexity, preferably as a prime contractor. This experience must be directly verifiable and not fulfilled through subcontractors. Additionally, specialists are required for installing complex piping systems and performing enhancements while the plants remain operational. Eligible bidders will be evaluated based on their ability to provide comprehensive backup information within a 24-hour period if requested.
    The International Boundary and Water Commission has issued a form, IBWC Form 245B(ESD), which outlines the minimum qualifications for companies seeking contract awards. This form requires companies to provide details on current or past projects they've worked on, including the project name, contracting agency, contract value, and dates. It also calls for a brief description of the work conducted, quantities of work, and any complexities encountered. The NAICS code for the type of construction work must also be included. Essentially, this form serves as a screening mechanism for potential contractors, helping the IBWC evaluate their suitability for upcoming projects.
      This is a sample RFP issued by a municipal government, seeking proposals for a smart city  infrastructure project. The goal is to enhance city services using innovative  technologies, focusing on transportation, energy, and public safety. The RFP outlines  specific challenges in these areas and seeks detailed proposals from vendors, including  technical approaches, implementation plans, and cost estimates. It emphasizes the  importance of scalability, interoperability, and security. The budget is approximately  $10 million, and the deadline for submissions is three months from the RFP release  date. The contact person for queries is provided, along with an email address. Write your concise summary as instructed:
    The document details the Request for Information (RFI) related to Solicitation No. 191BWC24R00013 for a project concerning the treatment plant and associated grit gallery systems. The RFI encapsulates various queries from vendors such as Southern Contracting Company and Clean Infusion, addressing critical aspects like site plans, equipment requirements, and procedural clarifications. Key inquiries involve the need for cranes and bypass plates, operational flow rates entering the plant, and specifics on grit gallery pumps' replacement processes and specifications. Responses clarify that the flow rate ranges from 0 to over 75 MGD and emphasize the need for a one-day shutdown during grit removal system installations. The document also discusses existing infrastructure, indicating that various materials, such as stainless steel for hardware and specific PVC types for piping, are expected to withstand corrosive conditions. Vendors seeking to participate must meet outlined requirements, such as compatibility with current SCADA systems for flow meters and designated locations for variable frequency drives (VFDs). Overall, this RFI document serves as a critical communication tool guiding vendors on project specifications and requirements, ensuring all parties have the necessary information to submit competitive and compliant bids.
    The document outlines the design and operation of an Aerated Grit Chamber and Odor Reduction Station at a wastewater treatment facility. The Aerated Grit Chamber, featuring six grit hoppers and pumps, is constructed with durable materials for maintenance ease and efficiency. It operates under varying flow conditions with the ability to bypass during low flows. Air is supplied by dual positive displacement blowers, ensuring adequate aeration for grit removal. Grit is transported via centrifugal pumps to a Grit Classifier/Separator for further processing. The Odor Reduction Station effectively manages and treats odorous air from various facility areas using a packed scrubber system. This system includes recirculation of a scrubber solution to absorb and oxidize odors, maintaining a controlled negative pressure for optimal air containment. Design criteria for both systems include specific flow rates, detention times, and air changes, ensuring efficient operation under average and peak conditions. The document serves as part of a proposal or grant application focused on upgrading wastewater treatment processes, emphasizing efficiency, maintenance, and odor management for environmental compliance and public health.
    The document details the specifications and operational setup for the Advanced Primary Treatment Plant’s Headworks, focusing on the influent pumps, grit removal facilities, and odor reduction systems. The system consists of two variable speed and two constant speed pumps that together handle an initial peak flow of 100 million gallons per day (MGD) with provisions for future expansion. The aerated grit chamber features six hoppers and is designed for effective grit removal through centrifugal pumps and grit classifiers, ensuring optimal wastewater processing. Additionally, an odor reduction station is detailed, which aims to eliminate odorous compounds from various facilities within the treatment plant. This system includes scrubbers, exhaust fans, and chemical feed systems to maintain hygiene and environmental standards. Overall, the document serves to guide the construction and operation of efficient wastewater treatment infrastructure while adhering to regulatory requirements.
    The document outlines detailed engineering drawings and specifications for construction at the South Bay International Wastewater Treatment Plant, specifically focusing on its Advanced Primary Treatment Plant. It includes various mechanical components such as grit dewatering areas, roof drains, and odor reduction ducts, with clear dimensions, elevations, and materials specified for each part, including PVC pipelines and concrete pads. The drawings depict connections, overflow systems, floor drains, and other crucial mechanical systems that support operational efficiency. Additionally, it highlights the need for coordination between different contractors and manufacturers to ensure the proper installation and functionality of the infrastructure. The document emphasizes compliance with California’s construction codes, advising stakeholders to verify details independently. This comprehensive technical documentation is essential for contractors responding to government RFPs, aligning with federal grant requirements related to wastewater management infrastructure improvement.
    The document outlines the specifications for the Primary Sedimentation Facilities at the Advanced Primary Treatment Plant (CC-2). It details the design and function of five primary sedimentation tanks, each measuring 240 ft by 21.33 ft, with a 13.5 ft water depth. The tanks will be capable of additional expansion, potentially totaling 25 tanks. The flow management system includes adjustable weirs and troughs to optimize effluent discharge while minimizing solid overflow. Moreover, it discusses the Channel Aeration Facilities that consist of positive displacement blowers with a capacity of 1,900 scfm, and supplementary air supply and exhaust fans for effective ventilation and aeration in the sedimentation process. A total of five rapid mix chambers will facilitate initial treatment, each designed for efficient fluid dynamics and operational isolation capabilities through slide gates. This document aligns with government RFPs focused on wastewater treatment infrastructure improvements, demonstrating a commitment to water quality management and regulatory compliance.
    The document details the infrastructure and operational components of the Goat Canyon and Hollister Street Pump Stations, focusing on water supply, surge control, and odor reduction systems. It describes the construction and specifications of water supply wells, including a submersible pump capable of handling 75 gallons per minute at a specified head. Surge control systems are integrated into both pump stations, featuring hydropneumatic surge arrestors designed to mitigate pressure surges caused by power interruptions, with specific details on their materials, sizes, and capacities. Additionally, odor reduction stations at each site utilize advanced scrubber systems to manage and treat odorous air, employing chemical solutions to remove harmful compounds effectively. The summary emphasizes the meticulous design and engineering considerations present in the pump stations to ensure reliable operation, safety, and regulatory compliance in water management systems.
    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.
    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.
    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.
    TITSWORTH DITCH GABION BASKET WEIR
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Land Management, is soliciting bids for the construction of the Titsworth Ditch Gabion Basket Weir in Lincoln County, New Mexico. The project involves the installation of a gabion wall weir, approximately 3 feet thick, 7 feet high, and 40 feet wide, designed to effectively manage water flow for irrigation purposes. This initiative is part of broader federal efforts to enhance infrastructure and resource management, ensuring sustainable water diversion for local agricultural needs. Interested contractors must submit proposals by 0900 AM Mountain Time on September 18, 2024, with an estimated project budget between $25,000 and $100,000, and are encouraged to contact Ronald Shumate at rshumate@blm.gov for further details.
    Pest Control Services- Amistad Field Office
    Active
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (USIBWC) is seeking proposals for pest control services at the Amistad Dam Field Office located in Del Rio, Texas. The procurement involves providing comprehensive pest management for six residences and the field office, including routine treatments for rodents, insects, and fleas, in compliance with EPA regulations. This service is crucial for maintaining a safe and healthy environment for both residents and staff, ensuring adherence to local health standards. Interested vendors must submit their proposals by 2:00 PM MST on September 11, 2024, and direct any inquiries to Danilo Martinez at danilo.martinez@ibwc.gov. The contract will be awarded based on the lowest price, technically acceptable offer, with a base period starting April 1, 2025, and options for renewal extending through March 30, 2030.
    W911SA24B2017 Wastewater Treatment Plant Repair 63rd Region 4 - Sloan, NV
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command Center at Fort McCoy, Wisconsin, is soliciting bids for the repair of the Wastewater Treatment Plant at the 63rd Region 4 in Sloan, NV. This project, categorized under NAICS code 236220 for Commercial and Institutional Building Construction, is a total small business set-aside with an estimated value between $25,000 and $100,000. The importance of this procurement lies in maintaining essential wastewater management infrastructure, which is critical for operational efficiency and environmental compliance. Interested contractors must submit their bids electronically by September 17, 2024, before 11:00 AM CT, and can direct inquiries to Rachel Murphy at rachel.i.murphy.civ@army.mil or by phone at 608-388-4597.
    Orangevale Water Filtration System
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design, fabrication, and delivery of an Ion Exchange (IX) water filtration system to be installed in Orangevale, California. The procurement aims to engage small businesses, particularly those that are service-disabled veteran-owned and women-owned, to ensure equitable participation in federal contracting opportunities. The IX system will include all necessary mechanical components, vessels, piping, and instrumentation as outlined in the Statement of Work (SOW), emphasizing compliance with federal regulations such as the Buy American Act. Interested vendors must submit their proposals by October 10, 2024, and direct any inquiries to Antonina Beal at antonina.beal@usace.army.mil by September 12, 2024.
    Z--Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is preparing to solicit proposals for the Colorado River Irrigation Project (CRIP), which involves the construction and rehabilitation of main canal check structures and the replacement of a failed lateral check structure. The project requires contractors to rehabilitate three main canal check structures, realign segments of the canal and electrical transmission lines, and construct a new check structure downstream of an existing failed facility, all while ensuring compliance with environmental regulations. This initiative is crucial for maintaining efficient irrigation operations in the region. Interested contractors, particularly Indian-Owned Small Business Economic Enterprises (ISBEEs), must be registered in the System for Award Management (SAM) and can expect specific proposal submission instructions to be released around September 23, 2024. For inquiries, contractors may contact William McLaughlin at William.McLaughlin@bia.gov or by phone at (850) 281-3444.
    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.
    Preservation, Hull, Mechanical, and Electrical/Electronic Repairs - VBSS 11MRX1101 and 11MRX1102
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking small business contractors for the preservation, hull, mechanical, and electrical/electronic repairs of two Visit, Board, Search, and Seizure (VBSS) boats, identified as hull numbers 11MRX1101 and 11MRX1102, located in San Diego, California. The project requires comprehensive repairs including engine maintenance, electrical system upgrades, and compliance with OEM specifications, with work to be performed within a 125-mile radius of the 32nd Street Naval Base. This initiative is crucial for maintaining the operational readiness of the Navy's marine vessels, ensuring adherence to safety and regulatory standards throughout the repair process. Interested vendors must submit a capabilities statement by September 17, 2024, to Roxana Lopez at roxana.a.lopez2.civ@us.navy.mil, with additional contacts provided for inquiries.