Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOLICITATION NOTICE

D -- USIBWC SCADA Lifecycle Support

Notice Date
12/17/2025 9:34:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
INTERNAT. BOUNDARY AND WATER COMM. El Paso TX 79902 USA
 
ZIP Code
79902
 
Solicitation Number
FY26R1221002
 
Response Due
1/9/2026 9:00:00 AM
 
Archive Date
01/09/2026
 
Point of Contact
Suzette Smith, Phone: 9158324110, antonio almaguer
 
E-Mail Address
suzette.smith@ibwc.gov, antonio.almaguer@ibwc.gov
(suzette.smith@ibwc.gov, antonio.almaguer@ibwc.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
The Solicitation Number: FY26R1221102 Notice Type: Combined Synopsis/Solicitation Synopsis: 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; proposals?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) 2025-06 dated 10/31/2025. The solicitation number is FY26R1221102 and this solicitation is issued as a request for quote (RFQ). This is Service Disabled Veteran Owned Small Business (SDVOSB )Set Aside. The associated North American Industry Classification System (NAICS) code is 541512 Computer System Design Services with a corresponding small business standard of $34.0 million. All vendors shall have an active registration in sam.gov at the time of submission in order to be considered. any vendor that does not have an active sam.gov registration will be rejected as non-responsive. Offer due date/local time: 10:00 AM MST on Jan 9, 2026. Offers shall be submitted through SharePoint. Request access by emailing suzette.smith@ibwc.gov. After access is approved you will receive a confirmation. Only the individual who requested access will be granted permission to the vendor designated proposal folder. Access links are unique and must not be shared or forwarded. Upload all required proposal documents directly to that folder. After you upload your files send a confirmation email to suzette.smith@ibwc.gov. You must clearly identify which solicitation requirement or document each file supports, such as technical volume, pricing, representations and certifications, or other required forms. File name must follow this format: YYYYMMDD_CompanyName_FY26R1221002_Descriptor.ext Use a short descriptor for the file type such as CLIN, Technical, Price, RepsCerts. Examples 20251115_ABC_Engineering_FY26R1221002_CLIN.docx 20251115_ABC_Engineering_FY26R1221002_Technical.pdf Bid submission requirements Upload one complete proposal package per company to your assigned folder. Use Word or PDF format only. Use the required file naming convention for each document. Do not include photos or unrelated attachments. Late submissions or incomplete offers may not be considered. FAXED QUOTES WILL NOT BE ACCEPTED. Questions shall be submitted through SharePoint. Request access by emailing suzette.smith@ibwc.gov. After access is approved you will receive confirmation. Only the individual who requested access will be granted permission to the vendor designated Q&A folder. Access links are unique and must not be shared or forwarded. Upload all questions directly to your assigned Q&A folder. After you upload your file send a confirmation email to suzette.smith@ibwc.gov. Each question must identify the specific solicitation page or section it references. File naming convention for questions: File name must follow this format YYYYMMDD_CompanyName_FY26R1221002_QA.docx Example: 20251105_ABC_Engineering_FY26R1221002_QA.docx Question submission requirements Upload one consolidated document per company. Use Word or Excel format only. Include the page or section reference for each question. Do not include photos or unrelated attachments. Questions will be answered publicly through SAM.gov. The Q&A folder will close on December 30th, 2025 10AM MST. Questions received after this may not be responded to. Provide the name and contact information of the subcontractor, if used. Description: The United States Section of the International Boundary and Water Commission is soliciting a contractor to provide specialized technical services to maintain, secure, and improve the Supervisory Control and Data Acquisition system at the Nogales International Wastewater Treatment Plant. The system is designated as a High Value Asset and supports essential wastewater treatment operations. The contractor shall provide full SCADA lifecycle support that includes system maintenance, software and firmware patching, vulnerability remediation, and targeted upgrade activities for Rockwell, Ignition, VMware, Cisco, Windows, and Linux components. The contractor shall provide continuous remote support during business hours, emergency response within required timeframes, and on site support when issues cannot be resolved remotely. Work includes troubleshooting SCADA network issues, PLC and HMI modifications, backup and recovery tasks, and support for design reviews and improvement projects. The contractor shall document the SCADA environment, maintain network diagrams and hardware and software inventories, and update all required system and security documentation. The contractor shall support cybersecurity compliance using NIST SP 800.53, SP 800.82, FISMA, and DHS guidance. This includes addressing Critical vulnerabilities within fourteen days and supporting the Risk Management Framework at the system level. The contractor shall audit existing SCADA units, provide recommendations, and assist in developing future SCADA solutions and upgrade strategies. Required qualifications include Ignition Gold certification, CCNA, VMware Certified Professional experience, Rockwell Solutions Provider status, and at least five years of SCADA wastewater experience with at least three comparable projects. Contractor personnel with administrator privileges must hold a Tier Four background investigation and must be United States citizens. The period of performance is a base year plus three option years. Services will be performed at the Nogales Wastewater Treatment Plant in Arizona with limited support for the San Diego facility. Project Location The project is located at the Nogales Wastewater Treatment Plant (Arizona) with limited support for the San Diego facility. Period of Performance Base plus three option years. Site Conditions and Requirements Contractors are encouraged to attend a site visit and must use personal protective equipment (PPE) during the visit. The contractor must review and acknowledge all site conditions, including transportation, disposal, handling, and storage of materials Work Restrictions Work hours are from 7:00 AM to 5:30 PM, Monday through Friday, excluding federal holidays The contractor must comply with any directives from the Department of Homeland Security (DHS) in case of security alerts. Deliverables PWS Section (Deliverables) Warranty of Services The contractor must perform all services in a qualified manner. Services must be free of defects and must meet all requirements in the Performance Work Statement. The warranty period is twelve months from Government acceptance of each deliverable. The contractor must correct any deficiency at no added cost within five business days of notice. Emergency issues must be addressed within eight hours. The warranty covers all software and firmware work performed under the contract. The warranty does not cover unauthorized modifications by Government staff, damage from external events, or items not provided under the contract. The Contractor shall provide all labor, material, equipment, subcontract, supervision, and management to perform the requirements of this Performance Work Statement (PWS). Evaluation Factors The Government will award an FFP contract resulting from this solicitation to the responsible Offeror based the basis of Best Value Tradeoff in accordance with FAR 15.101 1. Evaluation Factors for Award; Please include the following in your offer: Technical Approach The Government will evaluate the offeror�s understanding of SCADA maintenance, patching, upgrades, Rockwell, Ignition, VMware, and Cisco platforms. Evaluation includes cybersecurity methods, NIST compliance, emergency response capability, documentation accuracy, and experience migrating legacy PLCs. Key Personnel and Certifications The Government will evaluate proposed staff qualifications. Evaluation includes Ignition Gold certification, CCNA, VMware Certified Professional qualifications, Rockwell capabilities, wastewater SCADA experience, and ability to provide personnel with Tier Four suitability. Relevant Experience and Past Performance The Government will evaluate at least five years of SCADA wastewater experience and at least three comparable projects. Evaluation includes past performance on patching timelines, emergency response, documentation quality, and FISMA and NIST based audit experience. Project Management and Quality Control The Government will evaluate the offeror�s plan for managing the work, biweekly reporting, quality assurance, coordination with IBWC staff, and the methods used to verify task completion. Compliance and Security Controls The Government will evaluate the offeror�s compliance with NIST SP 800.53, SP 800.82, FISMA, FIPS 199, FIPS 200, and DHS cybersecurity guidance. Evaluation includes protection of Controlled Unclassified Information and compliance with FAR 52.239.1, FAR 52.224.1, and FAR 52.224.2. Price The Government will evaluate price for reasonableness and realism compared to the proposed technical approach. Price is considered but is less important than the non price factors. Offerors shall meet or exceed and specifications and scope of work of items being quoted. Failure to submit required technical approach(es) 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 FAR 52.212 3, Offeror Representations and Certifications Commercial Products and Commercial Services, MAY 2024 DEVIATION FEB 2025 This solicitation incorporates FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services, JAN 2025 DEVIATION FEB 2025, as applicable. System updates may lag policy updates. SAM.gov may continue to require representations tied to rescinded Executive Orders. Contracting officers will not consider these representations when making award decisions. 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: Performance Work Statement Price Sheet Applicable Provisions and Clauses Wage Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f4f0c1afc92f4dc898cf7b5874fbf6c4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07668679-F 20251219/251217230034 (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.