Glycerin Supply and Delivery
ID: 191BWC26R0004Type: 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

All Other Basic Organic Chemical Manufacturing (325199)

PSC

CHEMICALS (6810)

Set Aside

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

    The U.S. International Boundary and Water Commission (USIBWC) is seeking qualified vendors to supply and deliver crude glycerin to the Nogales International Wastewater Treatment Plant (NIWTP) in Rio Rico, Arizona. The procurement aims to secure a reliable source of crude glycerin, which will serve as a supplemental carbon source for the plant's biological nutrient removal (BNR) denitrification process, with an estimated monthly usage of approximately 15,500 gallons. This contract, which is set aside for small businesses, will be awarded based on the lowest evaluated price of proposals that meet the technical requirements and past performance criteria, with a total projected usage of 193,100 gallons per year. Interested parties must submit their offers by December 8, 2025, and direct any questions to Seone Michael Jones at seone.jones@ibwc.gov.

    Point(s) of Contact
    Seone Michael Jones
    seone.jones@ibwc.gov
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 191BWC26R0004, issued by the International Boundary and Water Commission (IBWC), modifies the original solicitation by increasing the quantity and changing the unit of measure for Crude Glycerin. Effective November 20, 2025, this amendment alters CLINs 0001 through 0005, raising the quantity from 0 to 193,000 and changing the unit of measure from
    This document is a Request for Proposal (RFP) (Solicitation Number 191BWC26R0004) issued by the International Boundary and Water Commission (IBWC) for the supply of crude glycerin to the Nogales International Wastewater Treatment Plant. The solicitation was issued on November 20, 2025, with an offer due date of December 8, 2025, and is set aside for small businesses. The contract has a base year and four option years, with performance periods extending from December 2025 to December 2030. Invoices must be submitted electronically via the Invoice Processing Platform (IPP). The document outlines various FAR clauses related to contract terms, conditions, and representations, including those concerning telecommunications equipment, small business utilization, and labor standards. It also details ordering limitations, with minimum orders of $500 and maximum single item orders of $35,000.
    This government file addresses key inquiries regarding a federal solicitation, clarifying definitions and procedures. It defines past performance based on criteria like quality, timeliness, cost control, business relations, and contract compliance, tracked through systems like CPARS and SAM.gov. Failure in past performance can result from negative ratings, documented issues like late deliveries or poor quality, or failure to submit required documentation. The current glycerin price is $3.40 per gallon, with a delivery cost of $0.07 per pound. The solicitation is being issued before the anticipated contract end to prevent a break in service. Standard methods for determining glycerin percentage include AOAC 977.20 (mod) and ASTM D 1252-95. Bid submissions must be sent via email to seone.jones@ibwc.gov before 3 PM on the due date.
    This document outlines critical information for vendors supplying glycerin to a government plant, detailing product specifications, delivery logistics, and payment terms. Key laboratory methods for compliance verification include AOAC 977.20 (mod)*, ASTM 8I755, AOAC 977.20 (mod)+, and ASTM D 1252-95. The plant permits glycerin use before COA results are available, with a 7-10 day turnaround for test results. Deliveries vary, sometimes requiring multiple per week, and can be accommodated outside standard hours with advance notice. The driver connects the tanker's hose to a 3-inch cam-lock fitting, with no fill pumps at the tanks. Task orders are typically issued two weeks in advance, often as split orders, with fixed pricing preferred. Invoices are paid within 30 days via IPP. Plant operators are responsible for product acceptance. Contractors are liable for spill response. Site-specific training for tanker hookup is required. Refined glycerin is acceptable with advance notification. The facility has not experienced supply interruptions or received glycerin below 70% and prefers communication per delivery.
    The U.S. International Boundary and Water Commission (USIBWC) seeks bids for the supply and delivery of crude glycerin to the Nogales International Wastewater Treatment Plant (NIWTP) in Rio Rico, Arizona. This Request for Proposal (RFP) outlines the need for crude glycerin as a supplemental carbon source for the plant's biological nutrient removal (BNR) denitrification process, with a projected monthly usage of approximately 15,500 gallons. The crude glycerin must meet specific material properties, including a minimum 70% glycerol content. The USIBWC reserves the right to reject non-conforming material and will sample deliveries for independent lab analysis. Payment terms are tied to glycerol content, with a sliding scale for material between 60% and 70%, and rejection for anything below 60%. Deliveries are required within seven calendar days of a task order, on an as-needed basis, to the NIWTP facility. The contract period includes a base year plus four option years, with invoices to be submitted via the Invoice Processing Platform (IPP) System.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Supply & Deliver Diesel to Alcatraz, GOGA
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking proposals for the supply and delivery of 20,000 gallons of Off-Road Diesel or Renewable Diesel (RD99) to Alcatraz Island, California. This procurement is part of a firm-fixed-price purchase order, with a performance period from January 1, 2026, to June 25, 2026, and is classified under NAICS code 324110 (Petroleum Refineries). The diesel is essential for operational activities on Alcatraz Island, ensuring the park's services are maintained efficiently. Interested vendors must submit their quotes via email to Quinn Rankin at quinnrankin@nps.gov by December 9, 2025, and are encouraged to attend a site visit on December 4, 2025. Proposals will be evaluated based on technical acceptability, delivery capability, past performance, and price.
    Region 3 Fuels Management Follow-on IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 3, is seeking proposals for the Region 3 Fuels Management Follow-on Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing fuels treatment, wildfire hazard reduction, and related services across various national forests and grasslands in Arizona and New Mexico. The contract encompasses a range of activities including vegetation manipulation, burn unit preparation, and stand improvement, with a base period of one year and four optional one-year extensions. This initiative is critical for enhancing forest health and reducing wildfire risks, thereby supporting environmental conservation efforts. Interested small businesses must submit their proposals by December 5, 2025, and direct any inquiries to Contract Specialist Ma Estrellita Dasmarinas at SM.R3.FPO.FUELSMGTIDIQ@USDA.GOV by November 10, 2025.
    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.
    Propane for Winnebago Agency (Purchase & Delivery)
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide propane purchase and delivery services for the Winnebago Agency in Nebraska. The procurement aims to ensure a reliable supply of propane for heating, cooling, cooking, and emergency generators at federal facilities, including the Maintenance Shop and the Macy Detention Center, with estimated annual requirements of 3,000 gallons and 10,000 gallons, respectively. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the importance of supporting local economic development. Interested parties should contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-426-9210, with the contract period running from January 1, 2026, to December 31, 2026.
    Blanket Purchase Agreement (BPA)-Bulk Petroleum Products- USACE St. Louis District
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) St. Louis District is seeking businesses interested in entering into a Blanket Purchase Agreement (BPA) for Bulk Petroleum Products and related services. The procurement aims to fulfill the district's needs for approximately 200-240,000 gallons of D2 Bio-diesel, along with 100-150 barrels of engine/hydraulic oils, with an anticipated frequency of 2-4 orders per year. These petroleum products are essential for various operational requirements within the district, ensuring the availability of necessary fuels and lubricants for military and civil works projects. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or call 314-331-8506 for further details and to express their interest in this opportunity.
    68--Propane for Pine Ridge Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Pine Ridge Agency in South Dakota. The procurement involves delivering an estimated 120,000 gallons of propane to BIA-owned facilities for heating and emergency generators over a four-month period, from December 1, 2025, to March 31, 2026. This contract is crucial for ensuring reliable heating and emergency power supply in the region, with specific requirements including remote tank monitoring, emergency deliveries, and compliance with safety regulations. Interested vendors must submit their quotations by December 10, 2025, at 5:00 PM CST, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.
    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.
    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 procurement includes a base year and four option years, with the contract period spanning from February 7, 2026, to February 6, 2031, under a total small business set-aside. This service is critical for maintaining cleanliness and operational efficiency at border facilities. Interested vendors must submit their quotations by December 10, 2026, and are required to be registered in the System for Award Management (SAM) prior to the solicitation closing date. For further inquiries, vendors can contact Eric Neckel at eric.r.neckel@cbp.dhs.gov or by phone at 520-407-2804.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    Government Owned Contractor Operated AIRCRAFT/GROUND FUEL SERVICES - SOUTHWEST REGION AF CONUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified small businesses to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Cannon AFB, NM, Davis Monthan AFB, NM, Holloman AFB, AZ, and Luke AFB, AZ. The procurement aims to identify firms capable of operating and maintaining these fuel facilities, which includes responsibilities such as receiving, storing, issuing, and accounting for petroleum products, as well as maintaining the associated infrastructure. This opportunity is significant for ensuring the efficient management of fuel resources critical to military operations. Interested parties must submit their responses by 3:00 PM EST on December 9, 2025, via email to Rochelle Adams and Gordon Braxton, with a focus on demonstrating their capabilities and past performance in similar contracts.