Loading...
FY26R3281018
Response Deadline
Apr 20, 2026, 8:00 PM(MDT)12 days
Eligibility
Contract Type
Special Notice
NOTICE OF INTENT TO SOLE SOURCE
The US Section International Boundary and Water Commission, Acquisition Division, located at 4191 North Mesa Street, El Paso, TX 79902 is issuing this Notice of Intent to inform industry contractors of the Government’s intent to execute a Sole Source Award under FAR Part 13, Simplified Acquisition Procedures, specifically FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items.
The intended contractor is Cummins Inc.
The USIBWC Nogales Field Office operates emergency diesel generators and associated transfer switches at the Nogales International Wastewater Treatment Plant. These generators are critical infrastructure components that provide backup power during electrical outages and are necessary to prevent environmental hazards and ensure continuous plant operations. The Generators are Cummins units and require maintenance in strict accordance with original equipment manufacturer specifications.
This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR 13.106 1 b 1 i, which allows the Contracting Officer to solicit from one source when only one responsible source is reasonably available.
The North American Industry Classification System for this requirement is 811310, Commercial and Industrial Machinery and Equipment Repair and Maintenance. The Product Service Code for this requirement is J061, Maintenance, Repair, and Rebuilding of Equipment, Electric Wire and Power Distribution Equipment.
This requirement is restricted to Cummins Inc. due to the need for factory-certified technicians and access to proprietary diagnostic software, tools, and manufacturer approved parts required to perform maintenance in accordance with OEM standards. Market research conducted identified multiple vendors within the applicable NAICS; however, none were found to possess the required manufacturer certification and proprietary access necessary to perform the work without introducing unacceptable risk to mission critical equipment. Accordingly, Cummins Inc. is the only responsible source capable of meeting the Government’s minimum requirements.
This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. The intent of this notice is for informational purposes only. Information received will be considered solely for the purpose of determining whether to conduct competitive procurement. A determination by the Government not to compete this action is solely within the discretion of the Government.
All inquiries and responses must be submitted in writing via email to the Contracting Officer. Responses shall include sufficient documentation to demonstrate the capability to provide Cummins certified technicians, access to proprietary diagnostic software, and authorization to perform maintenance in accordance with OEM requirements. Responses must be received no later than 2:00 PM Mountain Time April 20, 2026, to Suzette Smith at suzette.smith@ibwc.gov.Interested parties are responsible for ensuring timely receipt of all submitted information.
INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO
INTERNATIONAL BOUNDARY AND WATER COMMISSION: U.S.-MEXICO
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
Set-Aside
No Set aside used