Replace Access Rolling Doors
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The International Boundary and Water Commission (USIBWC) is seeking proposals for the replacement and maintenance of access rolling doors at its Presidio Field Office in Presidio, TX. This is a Request for Quote (RFQ), solicitation number FY264121002, issued as a combined synopsis/solicitation. The opportunity is a 100% Small Business Set-Aside. Offers are due by May 11, 2026, at 3:00 PM Mountain.
Scope of Work
The contractor will provide all labor, materials, equipment, subcontracting, supervision, and management necessary to replace access rolling doors and perform maintenance at the Presidio Field Office. This includes providing pricing for CLIN 001: Access Rolling Doors for Maintenance Shop and CLIN 002: Disposal Fee, as detailed in the attached Performance Work Statement (SOW) and Price Sheet.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price (implied by RFQ for commercial items and LPTA award)
- Solicitation Number: FY264121002
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332321 Metal Window and Door Manufacturing (Small Business Size Standard: 750 employees)
- Place of Performance: Presidio Field Office, 110 South DOD Ave., Presidio, TX 79845
- Offers Due: May 11, 2026, at 3:00 PM Mountain
- Questions Due: May 6, 2026, at 3:00 PM Mountain
- Site Visits Close: May 4, 2026
- Published: April 18, 2026
Submission & Evaluation
Award will be made to the Lowest Price Technically Acceptable (LPTA), responsible offeror. Technical acceptability will be based on:
- Technical Approach: A narrative detailing the plan of action, equipment, key team members, and schedule, addressing all SOW items.
- Expertise and Qualified Personnel: Demonstrated capability to provide the services.
- Past Performance: At least three references for similar projects, including contact information and project descriptions. Failure to submit the required technical approach and past performance will result in a non-responsive proposal.
Offers must include an active Unique Entity ID (UEI#), a completed Price Sheet, and a completed provision 52.212-3 (Offeror Representations and Certifications-Commercial Items). Offers must be emailed to angelica.baca@ibwc.gov. Faxed quotes are not accepted.
Important Notes
- A site visit is highly encouraged and can be scheduled for Tuesdays or Wednesdays (8 AM - 12 PM) by contacting Hector Delgado (hector.delgado@ibwc.gov) or Fidel Baeza (fidel.baeza@ibwc.gov).
- The USIBWC utilizes the Invoice Processing Platform (IPP) for electronic invoicing; details will be provided upon award.
- Applicable FAR clauses, including those related to small business, labor standards, telecommunications (52.204-23, 52.204-25), and payment, are incorporated by reference or in full text. Offerors must address 52.204-24 regarding telecommunications equipment.