Arizona Bids > Bid Detail

Nogales Security System Maintenance Repair

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159775402639888
Posted Date: Feb 2, 2024
Due Date: Feb 20, 2024
Source: https://sam.gov/opp/fdde3d7174...
Follow
Nogales Security System Maintenance Repair
Active
Contract Opportunity
Notice ID
2024r3101007
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 (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Feb 02, 2024 10:50 am MST
  • Original Published Date: Jan 27, 2024 06:14 am MST
  • Updated Date Offers Due: Feb 20, 2024 03:00 pm MST
  • Original Date Offers Due: Feb 20, 2024 03:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 06, 2024
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Rio Rico , AZ 85648
    USA
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.



This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02 dated December 22, 2023.



The solicitation number is 2024r3101007 this solicitation is issued as a request for quote (RFQ).



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 N063 Installation 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 angelica.baca@ibwc.gov



Quotes shall be good for 90 Days.



A site visit of where the work will be performed is highly recommended between 9a – 1p. Site visits may be arranged with Mr. John Light john.light@ibwc.gov Site visit will close on 2/12/24.



Offer due date/local time: February 20, 2024; 3:00 pm MST.



Active UEI (Unique Entity Identifier) must be included with your offer.



Only questions submitted by email to angelica.baca@ibwc.gov will be considered. Questions received from Offerors after 3p on 2/15/ 24, may not be responded to.



Description: The International Boundary and Water Commission, United States Section (IBWC) requires Security Systems Maintenance for IBWC Nogales Field Office.



This procurement consists of a Base period plus 4 Option Years. Please quote unit price and total price for Contract Line-Item Numbers: CLIN 001 thru CLIN 005 as per CLIN structure attached. This document shall be completed and returned with your quote.



Refer to attached Scope of Work for description of the requirement to include dates and places of delivery, inspection, and acceptance.



The destination for FOB Destination shall be the Nogales 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.



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 following provisions and clauses may apply to this solicitation:



52.204-13 System for Award Management



52.204-9 Personal Identity Verification of Contractor Personnel



52.212-4 Contract Terms and Conditions-Commercial Items



52.217-8 Option to Extend Services



52.217-9 Option to Extend the Term of the Contract



52.232-18 Availability of Funds



52.217-8 Option to Extend Services



52.217-9 Option to Extend the Term of the Contract



52.237-2 Protection of Government building, equipment and vegetation



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec 2023)



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:



(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).



(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).



(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).



(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).



(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:



[Contracting Officer check as appropriate.]



__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).



__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).



__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)



XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).



__ (5)[Reserved].



__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).



XX (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).



__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).



__ (10)[Reserved].



__ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C.657a).



__ (ii) Alternate I (Nov 2011) of 52.219-3.



__ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).



__ (ii) Alternate I (Jan 2011) of 52.219-4.



__ (13)[Reserved]



XX (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644).



__ (ii) Alternate I (Nov 2011).



__ (iii) Alternate II (Nov 2011).



__ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).



__ (ii) Alternate I (Oct 1995) of 52.219-7.



__ (iii) Alternate II (Mar 2004) of 52.219-7.



__ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).



__ (17) (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4))



__ (ii) Alternate I (Nov 2016) of 52.219-9.



__ (iii) Alternate II (Nov 2016) of 52.219-9.



__ (iv) Alternate III (Nov 2016) of 52.219-9.



__ (v) Alternate IV (Aug 2018) of 52.219-9



__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).



__ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)).



__ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).



__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2019) (15 U.S.C. 657f).



XX (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).



__ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).



__ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).



XX (25) 52.222-3, Convict Labor (June 2003) (E.O.11755).



__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126).



XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



XX (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).



__ (ii) Alternate I (Feb 1999) of 52.222-26.



XX (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).



__ (ii) Alternate I (July 2014) of 52.222-35.



XX (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).



__ (ii) Alternate I (July 2014) of 52.222-36.



__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).



__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).



XX (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).



__ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).



__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)



__ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)



__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)



__ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).



__ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).



__ (38) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).



__ (ii) Alternate I (Oct 2015) of 52.223-13.



__ (39) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).



__ (ii) Alternate I (Jun 2014) of 52.223-14.



__ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).



__ (41) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).



__ (ii) Alternate I (Jun 2014) of 52.223-16.



XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).



__ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).



__ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693).



__ (45) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).



__ (ii) Alternate I (Jan 2017) of 52.224-3.



__ (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).



__ (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.



__ (ii) Alternate I (May 2014) of 52.225-3.



__ (iii) Alternate II (May 2014) of 52.225-3.



__ (iv) Alternate III (May 2014) of 52.225-3.



__ (48) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).



XX (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



__ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).



__ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).



__ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).



__ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)).



__ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)).



XX (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).



__ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332).



__ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).



__ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).



__ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).



__ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).



__ (ii) Alternate I (Apr 2003) of 52.247-64.



__ (iii) Alternate II (Feb 2006) of 52.247-64.



(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:



[Contracting Officer check as appropriate.]



__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).



XX (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).



XX (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).



XX (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).



__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).



__ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).



__ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).



XX (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).



XX (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).



XX (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).



(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.



(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.



(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.



(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.



(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-



(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).



(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).



(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).



(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C.637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.



(vi) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.



(vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



(viii) 52.222-26, Equal Opportunity (Sept 2015) (E.O.11246).



(ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C.4212).



(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).



(xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C.4212)



(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.



(xiii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).



(xiv) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O 13627).



(B) Alternate I (Mar 2015) of 52.222-50(22 U.S.C. chapter 78 and E.O 13627).



(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).



(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).



(xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).



(xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).



(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).



(xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).



(B) Alternate I (Jan 2017) of 52.224-3.



(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).



(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.



(xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx.1241(b) and 10 U.S.C.2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.



(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.



(End of clause)



FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998)



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov



(End of Clause)



INVOICE PROCESSING PLATFORM



The U.S. Section International Boundary and Water Commission (USIBWC) has transitioned to an electronic invoicing system. The Invoice Processing Platform (IPP) is a secure, web-based system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis. IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency.



Information concerning accessing the IPP system will be provided at time of award.



END of combined synopsis/solicitation



Attachments:



CLIN Structure - Nogales



Statement of Work (SOW)



Wage Determination 2015-5481 Revision # 23



2/2/24 - Modification 001 is issued to add the following infromation: The square footage for the Nogales Treatment Plant is approximately 4,911,209 square feet.




Attachments/Links
Contact Information
Contracting Office Address
  • 4191 N. Mesa
  • El Paso , TX 79902
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >