Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SOLICITATION NOTICE

J -- Security System Update - San Diego

Notice Date
7/23/2025 6:20:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
INTERNAT. BOUNDARY AND WATER COMM. El Paso TX 79902 USA
 
ZIP Code
79902
 
Solicitation Number
FY254361003
 
Response Due
8/8/2025 2:00:00 PM
 
Archive Date
08/23/2025
 
Point of Contact
Seone Michael Jones
 
E-Mail Address
seone.jones@ibwc.gov
(seone.jones@ibwc.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Note - Technical Approach and Past Performance requirement added to description. ------------------------------------------------------ This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued separately. The solicitation number is FY254361003. This solicitation is issued as a request for quote (RFQ) for Security System Upgrade at the South Bay International Wastewater Treatment Plant (SBIWTP), 2995 Clearwater Way, San Diego, CA 92154. This is a 100% Small business Set Aside. The associated North American Industry Classification System (NAICS) code is 561621 � Security Systems Services (except Locksmiths), with a corresponding small business standard of $25.0 million. The Product Service Code (PSC) for this requirement is J063 Maintenance, Repair, and Rebuilding of Equipment � Alarm, Signal, and Security Detection Systems. Only offers from small businesses will be considered for this solicitation. Services shall be quoted ALL or NONE as per CLIN structure attached and returned with your quote via e-mail directly to my attention at seone.jones@ibwc.gov. Quotes shall be good for 90 Days. A site visit of where the work will be performed is highly recommended. An NDA (IBWC Form 358 NDA CUI SBIWTP.pdf) will need to be completed and sent prior to entering the site. Site visit will be held on July 22 and July 23, 2025, at 9AM and 1PM PDT. Site visits may be arranged with Mr. Jason Oliver jason.oliver@ibwc.gov. Offer due date/local time: August 8, 2025; 3:00 pm MST. Active UEI (Unique Entity Identifier) must be included in your offer. Only questions submitted by email to seone.jones@ibwc.gov will be considered. Questions received from Offerors after 3p on 7/30/25 may not be responded to. Description: The International Boundary and Water Commission, United States Section (IBWC) requires Security Systems Upgrade for IBWC South Bay International Wastewater Treatment Plant (SBIWTP), 2995 Clearwater Way, San Diego, CA 92154. COR for this request: Jason Oliver jason.oliver@ibwc.gov Refer to attached PWS and other documentation for description of the requirement to include dates and places of delivery, inspection, and acceptance. The destination for FOB Destination shall be the IBWC SBIWTP Field Office. Evaluation of Offer � The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical acceptability to meet IBWC requirements; Technical Approach and Past Performance. The Government will award a contract resulting from this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsible offeror. Technical Approach - Quote must demonstrate the technical approach by providing a narrative addressing all the items in the scope. The narrative shall at a minimum include your plan of action, equipment, key team members, and schedule. Past Performance � Quotes shall demonstrate successful past performance of at least 3 three (3) references for similar projects. The information shall include name of person, company, phone number, email address, and brief description of the project. Offerors shall meet or exceed and specifications and scope of work of items being quoted. Failure to submit required technical approach and past performance will deem a proposal non-responsive and no consideration for award will be given. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed at https://www.sam.gov. The Government will award a contract resulting from this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsible offeror. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed at https://www.sam.gov. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. END of combined synopsis/solicitation Attachments: CLIN Structure � San Diego Field Office Clauses and Provisions 1 PWS CIP Physical Security Enhancements Project SBIWT.docx Wage Determination WD 2015-5635 SBIWTP - Physical Security SPECS.xlsx IBWC Form 358 NDA CUI SBIWTP.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b71fa4bf650f41c8809c60e04d70e168/view)
 
Place of Performance
Address: CA 92154, USA
Zip Code: 92154
Country: USA
 
Record
SN07520553-F 20250725/250723230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.