Texas Bids > Bid Detail

Falcon Power Plant Breakers and Transformers Testing Project

Agency: INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159988979470368
Posted Date: Mar 30, 2024
Due Date: May 2, 2024
Solicitation No: 20245201004
Source: https://sam.gov/opp/290ca7c80c...
Follow
Falcon Power Plant Breakers and Transformers Testing Project
Active
Contract Opportunity
Notice ID
20245201004
Related Notice
Department/Ind. Agency
INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO
Sub-tier
INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO
Office
INTERNAT BOUNDARY AND WATER COMM
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 30, 2024 01:06 pm MDT
  • Original Date Offers Due: May 02, 2024 03:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H259 - EQUIPMENT AND MATERIALS TESTING- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Falcon Heights , TX 78545
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.



The solicitation number is 20235201004 and this solicitation is issued as a request for quote (RFQ).





The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 date 2/23/2024.





This is a small business set aside. The associated NACIS code is 541380 – Electrical Testing Laboratories or Services and the small business size standard is $19,000,000.00.





Contract Type: The resulting contract from this solicitation will be a firm fixed priced requirements for services specified in the Scope of Work and for the period set forth herein. Performance of services shall be made only as authorized by the contract and modifications thereto issued by the Contracting Officer.





Place of Performance: The required services shall be performed at the USIBWC Falcon Power Plant is located at FM2098, 1 Reservoir Rd., Falcon Heights, Texas 78545.





Contracting Officer:





Philip Johnson



4191 N. Mesa St.



El Paso, TX 79902



(915) 832-4714



Philip.Johnson@ibwc.gov





Point of Contact (POC) for the USIBWC-Nogales Field Office:





The POC for the USIBWC- Falcon Power Plant will act in technical matters and will not be authorized to commit the Government on any contract terms, conditions, or changes in unit price, total price, quantity, or delivery schedule. Any changes to the contract in unit price, total contract price, quantity, quality, or delivery schedule will be made only by the Contracting Officer by executed modification to the contract.





Questions





Offerors are urged to submit ALL QUESTIONS in writing, in advance by E-Mail to Philip.Johnson@ibwc.gov , referencing the solicitation number RFP 20235201004. Questions should be submitted to arrive no later than close of business day April 15, 2024.





While every effort will be made to provide meaningful responses or clarifications to all inquiries, no answer shall be binding by the Government unless submitted in writing by potential offerors and subsequently answered in writing by the Contracting Officer by means of a formal amendment to this solicitation.





Inquiries and questions received by the issuing office thirteen (13) calendar days or less prior to the proposal due date may not be considered timely and may not receive a written response.





Unless the offeror inserts a longer period of time, proposals will remain valid for a period of 120 calendar days from the date specified for receipt of proposals.





52.216-1 Type of Contract (Apr 1984)





The Government contemplates award of a Firm fixed price Requirements contract resulting from this solicitation.



(End of provision)





52.216-10 Definite Quantity (Oct 1995)





The provision at 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition.





The Offeror shall submit a proposal based on the CLIN structure provided in this Solicitation. The Contractor shall provide a narrative addressing technical acceptability. The narrative shall not exceed three (3) pages. There is no page limit on the other items required by the solicitation.





Offers are due by 3:00 PM MDT on Friday, May 2, 2024. Offers shall be emailed to Philip Johnson at Philip.Johnson@ibwc.gov. Offers shall confirm receipt.





Evaluation Factors for Award





Basis for Award



Award will be made to the lowest priced, technically acceptable proposal meeting or exceeding the acceptability standards for non-cost factors. The following factors will be evaluated: (1) Technical Capability, (2) Personnel Experience and Qualifications, (3) Financial Responsibility, (4) Price, and (5) Past Performance. A Government determination that an Offeror's proposal is not acceptable for any of the factors shall render the Offeror's entire proposal as not acceptable.





52.212-2 Evaluation-Commercial Items.



As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:



Evaluation-Commercial Items (Oct 2014)



(a) 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, Lowest Price Technically Acceptable.



Technical and past performance, when combined, are less important when compared to price.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of provision)



The clause at 52.212-3, Offeror Representations and Certifications—Commercial Items, applies to this acquisition.





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 through http://www.acquisition.gov.





The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition.





The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition.



52.203-6 Restrictions on Subcontractor Sales to the Government.



52.203-13 Contractor Code of Business Ethics and Conduct.



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.



52.219-6 Notice of Total Small Business Set-Aside.



52.219-8 Utilization of Small Business Concerns.



52.219-14 Limitations on Subcontracting.



52.219-28 Post-Award Small Business Program Rerepresentation.



52.222-3 Convict Labor.



52.222-21 Prohibition of Segregated Facilities.



52.222-26 Equal Opportunity.



52.222-35 Equal Opportunity for Veterans.



52.222-36 Equal Opportunity for Workers with Disabilities.



52.222-37 Employment Reports on Veterans.



52.222-40 Notification of Employee Rights Under the National Labor Relations Act.



52.222-50 Combating Trafficking in Persons.



52.222-54 Employment Eligibility Verification.



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.



52.225-1 Buy American-Supplies



52.225-13 Restrictions on Certain Foreign Purchases.



52.232-33 Payment by Electronic Funds Transfer-System for Award Management.



52.222-41 Service Contract Labor Standards.



52.222-42 Statement of Equivalent Rates for Federal Hires.



52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts).



52.222-55 Minimum Wages Under Executive Order 13658.





ATTACHMENTS:





-CLIN STRUCTURE



-WAGE DETERMINATION



-SCOPE OF WORK




Attachments/Links
Contact Information
Contracting Office Address
  • 4191 N. Mesa
  • El Paso , TX 79902
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 30, 2024 01:06 pm MDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >