Requirement includes but is not limited to provide all labor, materials, coordination, equipment, and supplies required to retrofit controls and electrical wiring for a 45-ton gantry roadway crane, and an Optional Item for a 30-ton gantry spillway crane. The work includes the manufacturer of major components for the cranes to have not less then ten (10) years of the type specified for this project.

Adjustable frequency drive supplier shall have a minimum of ten (10) years experience in the application of AC adjustable Frequency Drives on cranes and hoist. The drive supplier shall be able to provide 24 hour service, repair, and testing capabilities including telephone availability of a technical and/or service assistance 365 days a year.

Contractor shall produce drawings of the proposed electrical replacement and proposed crane controls identifying all elements to be removed and replaced and shall be stamped by a professional engineering with current registration from any of the 50 States. Training of 8 hours for approximately 8 personnel will be provided to cover operations and maintenance requirements. The project is located in the International Boundary and Water Commission, United States Section, Falcon Dam Power Plant, Falcon Heights, on the Rio Grande in Starr and Zapata Counties in Texas.

Tentative dates for issuing and closing IBM09B0019 are 14 July, 2009 and 13 August, 2009 respectively. The work under this contract is for one lump sum bid.

Period of performance is 120 calendar days from the date of issuance of Notice to Proceed. The estimated price range for this requirement is between $250,000 and $500,000 for base item, or between $500,000 and $1,000,000 for both base and optional items identified above. Request for the bid documents must be in writing. No telephone requests will be accepted.

Requests must include business name, point of contact, physical address, telephone number, fax number, email address, and reference solicitation number.

There will be no charge for the solicitation packet. The requirement is 100% set-aside for small business and offers are solicited and will be considered from all small responsible sources only. The North American Industry Classification System (NAICS) code for this acquisition is 237990, Other Heavy and Civil Engineering Construction.

The associated small business size standard is $33.5 million dollars annual average gross receipts for the past three years. Contractor must be CCR registered and ensure above NAICS is specified in the company CCR profile. A pre-bid conference and site visit will be held, time and date to be provided in the solicitation packet. Attendance is highly recommended.

Deadline: August 13, 2009

Contact:

Patricia R. Singer,

Contract Specialist

Tel: (915) 832-4709

Fax: (915) 832-4192

E-mail: pssinger@ibwc.gov