Security System Service - LRGV
ID: Fy263101005Type: 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

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

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

    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its Lower Rio Grande Valley (LRGV) facilities, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The procurement includes comprehensive services such as coordinating with the Security Services Division, maintaining and upgrading security system software, and ensuring 24/7 operational support, including on-call repairs and annual inspections. This opportunity is critical for enhancing the security infrastructure at key U.S. border facilities, with a contract structured for a base year and four optional extensions, emphasizing the importance of technical capability and past performance in the evaluation process. Interested parties must submit their quotes by January 5, 2026, and are encouraged to arrange a site visit on December 17, 2025, with inquiries directed to Seone Michael Jones at seone.jones@ibwc.gov.

    Point(s) of Contact
    Seone Michael Jones
    seone.jones@ibwc.gov
    Files
    Title
    Posted
    The United States Section of the International Boundary and Water Commission (USIBWC) requires security system and equipment maintenance, repair, and replacement services for its Lower Rio Grande Valley (LRGV) facilities, specifically the Mercedes Field Office, Anzalduas Dam, and Retamal Dam. The scope of work includes coordinating with the Security Services Division (SSD), maintaining and upgrading security system software like CCURE 9000, and providing loaner equipment during failures. The contractor is responsible for major components such as Physical Access Control Systems (PACS), CCTV, Network Video Recorders (NVR), communication equipment, and Intrusion Detection Systems (IDS). Annual inspections, site surveys, software updates, alarm monitoring, and on-call repairs with an eight-hour on-site response time are mandatory. Services are required 24/7, with troubleshooting available via telephone. The document also provides a detailed list of existing security equipment at these locations.
    This document, Wage Determination No. 2015-5245 Revision No. 27, issued by the U.S. Department of Labor, details the minimum wage rates and fringe benefits for service contract employees in Hidalgo County, Texas, under the Service Contract Act. It outlines hourly wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts starting before or after January 30, 2022. The determination specifies health and welfare benefits, vacation, and eleven paid holidays. It also provides guidelines for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. A conformance process for unlisted occupations is included, requiring contractors to propose classifications and rates for approval by the Wage and Hour Division. Exclusions apply to certain contracts in Texas, Louisiana, or Mississippi, and for seasonal recreational services.
    The provided government file is a comprehensive list of items, likely components for security, access control, and network systems, relevant to federal government RFPs, federal grants, or state and local RFPs. The file details various manufacturers and their respective models and components, including firewalls (SonicWall), access cards and readers (HID), intrusion detection equipment like sirens (DMP, Amseco), motion detectors (DSC), and glassbreak sensors (Acuity). It also lists various types of cables (Windy City Wire), electric strikes and locks (Assa Abloy, SDC, Schlage), and emergency door release stations (SDC). Surveillance equipment from American Dynamics and Illustra, including cameras, mounts, and video management software (VICTOR PRO), is prominently featured. Network infrastructure components such as switches (Interlogix), patch cables (Startech), and surge protectors (Ditek) are included. Power supplies (Altronix, Para Systems) and batteries (Power-Sonic) are also listed. The document further specifies software, including anti-virus (Kaspersky Lab) and access control software (Software House C-CURE 9000).
    This government solicitation outlines the terms and conditions for awarding a contract based on the lowest price technically acceptable (LPTA) offer. Offerors must complete provision 52.212-3, either fully or just paragraph (b) if already registered with SAM.gov. The document lists numerous applicable FAR provisions and clauses, including those related to System for Award Management, Annual Representations and Certifications, Option to Extend Services/Term, and Protection of Government Property. It details mandatory FAR clauses for commercial products and services, covering topics like prohibitions on certain confidentiality agreements, Kaspersky Lab products, specific telecommunications equipment, and inverted domestic corporations, as well as accelerated payments for small business subcontractors. Additional clauses marked with an 'X' are incorporated by reference, addressing executive compensation reporting, protecting government interests when subcontracting, small business utilization, convict labor, child labor, combating trafficking in persons, and electronic funds transfer. For commercial services, clauses on Service Contract Labor Standards, Statement of Equivalent Rates for Federal Hires, and Fair Labor Standards Act adjustments are included. The document also specifies conditions for Comptroller General examination of records and outlines flow-down requirements for subcontracts, emphasizing critical clauses that must be included. Finally, it notes the transition to the Invoice Processing Platform (IPP) for electronic invoicing, with access information provided upon award.
    The document outlines a government contract for security system maintenance and repair services at three U.S. IBWC facilities: Mercedes Field Office, Anzalduas Dam, and Retamal Dam. The contract is structured with a base year and four optional one-year extensions, indicating a potential five-year service period. Each line item (001-005) corresponds to one year of service, covering the same scope of work across all specified locations. This setup is typical for government RFPs, allowing for annual renewals based on performance and budgetary considerations. The file details the quantity as one service (SV) per year, with unit costs and total costs to be determined. The primary purpose of this document is to define the contractual line items for continuous security system support at critical U.S. International Boundary and Water Commission sites.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    USIBWC SCADA Lifecycle Support
    Buyer not available
    The International Boundary and Water Commission (USIBWC) is seeking a contractor to provide comprehensive lifecycle support for the Supervisory Control and Data Acquisition (SCADA) system at the Nogales International Wastewater Treatment Plant in Arizona. The contractor will be responsible for maintaining, securing, and enhancing the SCADA system, which is critical for wastewater treatment operations, including system maintenance, software patching, and cybersecurity compliance with federal standards such as NIST and FISMA. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires specific qualifications, including Ignition Gold certification and relevant SCADA experience. Proposals are due by 10:00 AM MST on January 9, 2026, and interested vendors must contact Suzette Smith at suzette.smith@ibwc.gov for access to the submission portal.
    Translation Services
    Buyer not available
    The International Boundary and Water Commission (IBWC) is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for translation services, specifically for Spanish to English and occasional English to Spanish translations, to be performed at their El Paso headquarters. The contractor will be responsible for translating various documents, including technical reports and international agreements, while adhering to specific formatting and procedural guidelines, and ensuring a one-day turnaround for priority items. This contract is crucial for facilitating communication and documentation between the U.S. and Mexico, particularly in engineering and scientific contexts. Interested parties must submit their quotes by December 12, 2025, at 3:00 PM MST, and can direct inquiries to Angelica Baca at angelica.baca@ibwc.gov.
    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.
    Purchase and Installation of Heavy Duty Ramp
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the purchase and installation of a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to provide a modular ramp that allows safe access for trucks and boat trailers to an existing loading dock, accommodating a minimum load of 26,000 lbs, while adhering to OSHA, IBC, and ASTM standards for safety and structural integrity. This procurement is crucial for enhancing operational efficiency at the facility, ensuring compliance with safety regulations, and facilitating the movement of equipment. Interested small businesses must submit their offers by December 17, 2025, at 1:00 PM EST, and can contact Shawn Jenkins or Angela Barker for further details or to arrange a site visit.
    Border Patrol Station-Freer, Texas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    Cisco SmartNet 3-month extension
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking a modification to the existing contract with Red River Technology, LLC for the Cisco SmartNet services, which includes a three-month extension for critical maintenance support and on-demand services. This modification aims to increase the ceiling amount and extend the Period of Performance (PoP) of the current firm-fixed-price Task Order 70B04C22F0000248, ensuring continued operational support for essential IT and telecom network services. The services provided under this contract are vital for maintaining the integrity and functionality of the agency's network infrastructure. Interested parties can reach out to Nicole A. Savoy at nicole.savoy@cbp.dhs.gov or Monica Y. Watts at monica.y.watts@cbp.dhs.gov for further details regarding this opportunity.
    63--Building Access Service Agreement
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    GIWW CORPUS CHRISTI BAY TO PORT ISABEL W/ CHANNEL TO HARLINGEN, PIPELINE DREDGING
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Galveston District, is soliciting bids for an unrestricted procurement related to pipeline dredging along the Gulf Intracoastal Waterway from Corpus Christi Bay to Port Isabel, including a channel to Harlingen, Texas. This project encompasses dredging activities across Nueces, Kleberg, Kenedy, Willacy, and Cameron counties, aimed at maintaining and enhancing the navigability of the waterway. The successful contractor will play a crucial role in ensuring the operational efficiency of this vital transportation route. Interested parties can reach out to Danelle Tate at DANELLE.M.TATE@USACE.ARMY.MIL or by phone at 409-766-3116, or Curtis Cole Jr. at curtis.cole@usace.army.mil or 409-682-7518 for further details.