Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2002 FBO #0241
MODIFICATION

Y -- Privatization of Military Family Housing (Little Rock AFB ARK)

Notice Date
7/29/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQAFCEE - Headquarters Air Force Center for Environmental Excellence, 311 HSW/PKV 3207 Sidney Brooks, Brooks AFB, TX, 78235
 
ZIP Code
78235
 
Solicitation Number
AFCEE-02-0001
 
Response Due
8/14/2002
 
Point of Contact
Larry Hagan, Contract+Specialist, Phone 210-536-8783, Fax 210-536-3498,
 
E-Mail Address
larry.hagan@brooks.af.mil
 
Description
Little Rock AFB RFP (AFCEE-02-0001) Clarifying Questions 29 July 2002 Q 1. Is there any chance that the water source heat pump assignment will not be made a requirement? A 1. No, as described in section 1.3.2 Project Concept Q 2. If the pumps are part of the project, what happens when new housing is proposed w/different mechanical systems? A 2. The Ground Source Heat Pumps are part of the project and it is the Offeror's responsibility to determine what mechanical systems to utilize in its new housing. Q 3. If the pumps are required to be taken on by the Developer, is the existing contract/warranties transferable to the Developer? A 3. Yes ? the warranties are transferable for the remainder of the warranty period. Units were installed in Apr 1998 and at that time the warranty in effect was for one year from installation. This warranty included all parts and labor. An extended warranty was purchased for the seal refrigerant circuit parts on all heat pump units for a period of 60 months (the parts only include compressor, air/air and air/water heat exchangers, reversing valve body, and refrigerant metering device.) This warranty will expire on or about Apr 2003. A copy of the current ClimateMaster warranty data relating to the Ground Source heat Pumps is available for review in the Housing Privatization Office Document Room. Q 4. Subject: Page Limitations RFQ Reference: Section 5.1 Do (1.) Table of Contents, (2.) Tabs/Section Dividers, and (3.) Letters of Interest count towards the page limitations? A 4. No Q 5. Subject: Submittal Requirements RFQ Reference: Section 4.2.1 Are there any guidelines on the style and type of tabs/section dividers that can be used? A 5. No Q 6. Subject: Street Lighting RFQ Reference: Section 2.2.2 Who is responsible for street lighting, will the SO or the Government pay for street lighting, how will the charges be assessed, and will the charges be at the DoD or non-DoD rates? A 6. The street lighting is being conveyed to the SO; therefore the SO will be responsible for the street lighting. Electricity usage within the housing communities is master metered. All the houses within the communities are sub metered. Street lighting within the housing area is within the master metered community. This residual electricity usage will be billed at the Non-DoD rates. Q 7. Subject: Water and Wastewater RFQ Reference: Sections 2.2.3 and 2.2.4 Could the Government confirm that the Government pays for and provides water and wastewater services with no fees to the SO? A 7. The government will provide water and wastewater services and the SO shall pay the DoD rate for such as noted in Appendix M. The SO shall be responsible for infrastructure maintenance as per section 2.2. Q 8. Subject: Permitting RFQ Reference: Section 3.4.2.3 Please identify the entities from which the SO obtains required permits? A 8. Permitting requirements will be dependent upon the developer?s proposal. Q 9. Subject: Municipal Services RFQ Reference: Section 3.5.8 The RFQ states that the Government reserves the right to be reimbursed for fire and police service costs incurred by the Government on behalf of the SO. In what instances will the Government charge the SO for municipal services and what costs? A 9. See amendment Number 1 to the Little Rock RFP concerning Municipal Services. Q 10. In the RFP it identifies criteria of experience at a threshold of $25MM. Is this determined as residential design and construction experience with residential projects including multifamily, stick built structures, or is this to be based solely on single family and duplex developments? A 10. The RFP provides sufficient and appropriate guidance concerning this subject. No further information shall be provided. Q 11. Under Volume 1, Factor 10, page 64 of RFP - "Description of organizations for management of functional scope" - can you provide an explanation of what you want in this area? A 11. The descriptions and guidance provided in the RFP adequately address this question. Jones Lang LaSalle, acting on behalf of the Air Force Center for Environmental Excellence (AFCEE), and the Air Education and Training Command, anticipates the release of the Request for Proposals for the Privatization of Military Family Housing at Little Rock Air Force Base, Arkansas on or about 26 June 2002. Jones Lang LaSalle intends to employ a two-step RFP process, with an optional 3rd step. In the first step, each prospective offeror (or offeror team) will submit written evidence of its qualifications, experience, references, access to financial resources and a brief summary of its approach to the Little Rock AFB project. Jones Lang LaSalle, with Air Force concurrence, will pre-qualify those offerors that satisfactorily demonstrate their financial and technical capability and understanding of the requirements of the Little Rock project. In the second (optional) step of the RFP process, Jones Lang LaSalle, with Air Force concurrence, may invite the pre-qualified offerors to participate in a one-day interview and concept refinement presentation. In the 3rd step, up to three qualified offerors will be invited to submit fully specified technical and financial proposals. Jones Lang LaSalle will evaluate proposals on the basis of evaluation criteria stated in the RFP and recommend a Successful Offeror (SO) to the Air Force. The Little Rock Project involves the complete renovation of 1,201 units and upgrade of 334 previously renovated units. The objective of this initiative is to provide quality management for the 1,535 unit housing community for a lease period of at least 50 years. The Successful Offeror shall also assume the existing financial obligation of the Ground Source Heat Pumps (GSHPs). The Air Force expects to contribute leased real property and improvements, and may subsidize the project's financing to the degree necessary to enter into an agreement with the successful private offeror. The Successful Offeror (SO) will contribute cash equity, will obtain private sector debt, and will be responsible for managing and operating the Little Rock family housing inventory. Except in very limited respects, and subject to certain specific cash-reserve requirements, the SO will be entitled to the project's operating cash flow as specified in the RFP and in the agreements that will be executed after selection of the SO. This transaction is not subject to requirements of the Federal Acquisition Regulations. The Statement of Need is available at http://www.jllpsc.com. Point of Contact Robert J. Twigg, Jones Lang LaSalle, Phone (202) 222-1609, Fax (202) 222-1644, Email: Robert.Twigg@am.joneslanglasalle.com Mailing Address Jones Lang LaSalle (PSC) 1401 Eye Street NW, Suite 900 Washington, DC 20005 Place of Performance Address: 314th Air Wing, Little Rock AFB Postal Code: 72099 Country: United States
 
Record
SN00127442-W 20020731/020729213441 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.