Opportunity

SAM #FY26r5201028

Protective Breakers Supply, Installation, and Testing Services for IBWC Amistad and Falcon Power Plants

Buyer

INTERNAT. BOUNDARY AND WATER COMM.

Posted

April 19, 2026

Respond By

May 15, 2026

Identifier

FY26r5201028

NAICS

541380, 238210, 238220

The International Boundary and Water Commission (IBWC), U.S.-Mexico, is seeking small business contractors to supply, install, and provide recurring testing and maintenance for high voltage protective breakers, hydro generators, and power transformers at the Amistad and Falcon Power Plants in Texas. - Government Buyer: - International Boundary and Water Commission (IBWC), United States Section - Operations and Maintenance Division, Contracting Office in El Paso, TX - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation or attachments - Products/Services Requested: - Supply, delivery, and installation of Protective Breakers (no part numbers or models specified) - Testing, inspection, cleaning, lubrication, and electrical testing of: - 4 high voltage breakers (138 kV, 1200 Amps, SF6 Gas and OCB types) - 5 hydro generators (6.9 KV/10.5 MW and 13.5 KV/33 MW) - 5 power transformers (138 KV/6.9 KV and 138 KV/13.5 KV) - All labor, materials, equipment, supervision, and management required - Annual reports and compliance with IEEE, NERC, ERCOT, and OSHA standards - Unique or Notable Requirements: - Mandatory site visit to both power plants with use of personal protective equipment (PPE) - Submission of technical approach and past performance references - Only small business offers will be considered - Technical acceptability based on expertise, qualified personnel, and past performance - Work must be completed within 240 days in the base year and 180 days in each option year - All testing and maintenance must be performed per industry and regulatory standards

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; proposals are being requested and a written solicitation will not be issued separately. The solicitation number is FY26R5201028 and 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 541380 Testing Laboratories and Services, with a corresponding small business standard of $19.0 million.

Only offers from small businesses will be considered for this solicitation.

Offer due date/local time: 3:00 PM Mountain on May 15, 2026. Please reference the solicitation number FY26R5201028 in the subject line.

Offers shall be emailed to angelica.baca@ibwc.gov. FAXED QUOTES WILL NOT BE ACCEPTED.

Active Unique Entity ID (UEI#) shall be included with your offer.

Price Sheet shall be included with your quote.

Only questions submitted by email to angelica.baca@ibwc.gov  will be considered. Questions received from Offerors after 3:00 pm Mountain on May 11, 2026, may not be responded to.

Contractors are highly encouraged to attend an agency organized site visit. Site visits may be scheduled for Falcon Power Plant by General Engineer Edi Delgado at 956-363-0119 or edi.delgado@ibwc.gov and for Amistad Power Plant Superintendent Juan Escobar at 830-422-6823 or juan.escobar@ibwc.gov. While attending the site visit all contractors must and the use of personal protective equipment (PPE) (i.e., mask and gloves). Contractors will not be permitted access to IBWC facilities without proper PPE. Virtual site visits (video/photographs) are not permitted.

Site visits should be scheduled for NLT May 8, 2026.

Description: The International Boundary and Water Commission is seeking a price quote for Protective Breakers, for the IBWC Amistad and Falcon Power Plants located at FM2098, 1 Reservoir Rd. Falcon Heights, TX. 78545 and Texas 349 Spur Del Rio, TX 78540.

Performance Period: Base Year + 2 Option Years.

The Contractor shall complete work within 240 calendar days after the contract has been awarded on the First Base Year (FY26), and within 180 days after new Fiscal Years for Option Year One (FY27) and Final Option Year (FY28) or other dates specified by Power Plants Superintendents.

The government will award to the lowest price, technically acceptable, responsible offeror. The Contractor shall provide all labor, material, equipment, subcontract, supervision, and management to perform the requirements of this Statement of Work (SOW).     

The Government will award a contract resulting from this solicitation to the responsible Offeror based on Lowest Price Technically Acceptable. Technical acceptability will be based on the Contractor’s Technical Approach, Expertise and Qualified Personnel to provide the services, and Past Performance.

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 through http://www.acuisition.gov.

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

View original listing