QUESTIONS & RESPONSES Is a per-device monthly pricing model consistent with what you typically see for this type of service? No, we typically see an annual amount that can be invoiced per month. Are there preferred pricing structures or expectations you have encountered (for example, tiered devices, bundled systems, or differentiated coverage levels)? No. The preferred pricing structure is shown in the attachment CLIN Structure FY263101005. Are cameras and access control systems typically included under a broader managed services plan, or treated separately in your experience? No. As systems fail or reach end-of-life, the cameras and access control systems are replaced as part of the contract. Questions need to be submitted in writinig by 3PM MST on 12/22/2025. Only questions submitted by email to seone.jones@ibwc.gov will be considered. Questions received from Offerors after 3p on 12/22/25 may not be responded to. -------------------------------------------------------------------------------------------- The site visit will begin at the Mercedes Field Office located at 325 Golf Course Rd, Mercedes, TX on Wed, 17 Dec at 0900. From there you will follow the IBWC representative to the Retamal Dam south of Donna and after that to Anzalduas Dam south of Mission. No PPE is required. -------------------------------------------------------------------------------------------- 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 FY263101005. This solicitation is issued as a request for quote (RFQ) for Security System Upgrade at the Mercedes Field Office: 325 Golf Course Rd., Mercedes, TX 78570 Anzalduas Dam: Anzalduas Dam Road, Mission, TX 78572 Retamal Dam: 16 Miles Southeast of McAllen, TX 26 degrees 03’ 04.77” N, 98 degrees 20’ 02.37” W. 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_Nondisclosure_Agreement.pdf) will need to be completed and sent prior to December 16, 2025 for entering the site. Site visit will be held on December 17, 2025, at 9AM. Site visits may be arranged with Cpt. Esteban Martinez esteban.martinez@ibwc.gov Offer due date/local time: January 5, 2026; 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 12/22/25 may not be responded to. NO PHONE CALLS WILL BE ACCEPTED. Description: The International Boundary and Water Commission, United States Section (IBWC) requires Security Systems Upgrade for the IBWC LRGV facilities. COR for this request: Esteban Martinez esteban.martinez@ibwc.gov Refer to attached SOW 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 Mercedes 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 – FY263101005 Clauses and Provisions SOW Wage Determination
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 561621 (last 12 months), benchmarked to sector 56.