Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2003 FBO #0461
SPECIAL NOTICE

S -- Utility Infrastructure Services ? Request for Information/Sources Sought.

Notice Date
3/6/2003
 
Notice Type
Special Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
RFI-20030306
 
Point of Contact
Yvonne Cook, Contract Specialist, Phone (719) 556-4116, Fax (719) 556-7396, - Jean Goforth, Contract Officer, Phone (719) 556-9356, Fax (719) 556-7396,
 
E-Mail Address
yvonne.cook@peterson.af.mil, jean.goforth@peterson.af.mil
 
Description
Air Force Space Command (AFSPC) is seeking sources that are capable and interested in participating in privatization of on-base utility distribution infrastructure at it?s various bases in the continental United States. The purpose of this announcement is two fold: 1) to ascertain if there is a viable interest from industry in participating; and 2) to ascertain if any of the privatization solicitations can be set aside for a) small business, b) 8a small business or c) HUBZone small business. Decisions will be made by AFSPC on a base-by-base and utility-by-utility basis. If viable interest is not shown for a particular utility distribution system at a particular base, a solicitation for that utility for a individual base will not be issued. North American Industrial Classification Codes of 221122 (Electric Power Distribution), 221210 (Natural Gas Distribution), 221310 (Water Supply Systems) and 221320 (Sewer Treatment Facilities) apply. Corresponding small business size standards are 4 million megawatts, 500 employees, $6M in sales, and $6M in sales, respectively. Parties interested in acquiring utility systems and providing utility distribution services at Air Force Space Command installations listed below should provide a separate statement of interest for each location and each utility identifying the installation name(s) and specific system(s) for which there is interest and for which industry provides separate responses to the questions identified below. Firms that are either small business or 8a or HUBZone small business need to identify that fact and indicate in which of the three listed small business categories they qualify. The sites and utilities involved are: (1) Buckley AFB CO with electricity, natural gas, water, and wastewater; (2) Cape Cod MA with electricity and water; (3) F.E. Warren AFB WY with electricity, natural gas, water, and wastewater; (4) Malmstrom AFB MT with electricity, natural gas, water, and wastewater; (5) Schriever AFB CO with natural gas and water (the electricity has been exempted and the wastewater has previously been studied and exempted; (6) Cheyenne Mountain CO with water and wastewater; (7) Peterson AFB CO with electricity, natural gas, water, and wastewater; (8) Los Angeles AFS CA with electricity, natural gas, water, and wastewater; (9) Vandenberg AFB CA with electricity, natural gas, water, and wastewater; (10) Cape Canaveral AFS FL with electricity, water, and wastewater; (11) Patrick AFB FL with electricity (however, privatization of electricity distribution for Cape Canaveral and Patrick are currently pending under separate agreement; and (12) Clear AFS AK with electricity, water, and wastewater. If an offeror is interested in multiple systems, separate responses should be provided for each system and for each location of interest. In addition, interested parties are required to provide information regarding experience and qualifications for operating utility systems for each of the systems of interest. Contractor selection will NOT be made on the basis of information submitted, rather we will decide if sufficient viable interest exists to warrant issuing RFPs or if any limitation of participation to small business, 8a or HUBZone small business applies. Each utility system at each base will be separately solicited, thus firms may ?pick and choose? which utility at individual bases they are interested in. Please be advised the Federal Acquisition Regulations (FAR) apply to this procurement and interested parties should reference the draft Request For Proposal (RFP) template at the following website for information regarding terms and conditions. The draft template RFP can be found at http://www.afcesa.af.mil/Directorate/CEO/Contracts/UtilPrivatization/UPTemplates.htm. Specifically, parties are advised the Federal Disputes Clause FAR 52.233-1, Alt I, found at http://farsite.hill.af.mil/vffara.htm will apply when the entity is providing services where the rates are not set by law or regulation for those particular areas of service and acknowledge understanding that acceptance of this clause is required to be considered responsive to any subsequent RFP. Responses will be used to assist in refining the acquisition strategy and subsequent decisions regarding future issuance of a full and open competitive RFP, a set-aside RFP, a sole source RFP, or, if no viable interest, not issuing an RFP. If viable responses are not received, the Government has the discretion to determine no market interest exists and no subsequent RFPs be issued (again, on a utility-by-utility, base-by-base basis. Specific responses to the following are needed in order for your firm to be considered ?viable? in providing an offer for services under this program. Provide: (1) Installation and/or Installations of Interest; (2) System of interest: (a) Electric Utility Distribution System; (b) Natural Gas Utility Distribution System; (c) Potable Water Utility Distribution System; (d) Wastewater Utility Distribution System; (3) Your status regarding your authority to support this service: (a) Regulated utility and service is within certificated area of service; (b) Regulated utility providing nonregulated service for this area of service; (d) Regulated utility and service is not within certificated area of service; (e) Non-regulated utility for the service of interest; (4) Classification of your company: (a) Publicly owned utility; (b) Investor owned utility; (c) Cooperative owned utility; (d) Publicly owned and traded company ? not a utility; (e) Privately owned company; (f) Limited Liability Corporation; (g) C-Corp; (h) Other, Please Describe; (5) Offeror acknowledges acceptance of application of the Federal Acquisition Regulation terms and conditions included in the RFP template? (6) Acknowledgement that you may be required to comply with the Cost Accounting Standards; (7) If you propose to provide nonregulated service within your proposed service area will your entity accept the Federal Disputes Clause FAR 52.233-1 Alt 1; (8) Indicate if your firm or entity is or is not a small business, or 8a or HUBZone small business. (Not-for-profit entities cannot be a small business.) - Responses that indicate insufficient capabilities will not be further considered. Due date for response is 7 April 2003. Responses should be addressed to: Ms Yvonne Cook, Air Force Space Command, 21 CONS/LGCZ, 135 E. Ent Ave, Suite 114, Peterson AFB CO 80914-1385; telephone numbers are shown below. For assistance in interpreting the CBD announcement, please see the CBD Reader?s Guide. THIS IS NOT A REQUEST FOR PROPOSALS. Original Point of Contact Rita Fruge, Contracting Specialist, Phone: (719) 556-4056, DSN 834-4056, FAX (719) 556-7396, Email Rita.Fruge@Peterson.AF.Mil; or Yvonne Cook, Contracting Specialist, Phone: (719) 556-4999, DSN 834-4999, FAX (719) 556-7396, Email Yvonne.Cook@Peterson.AF.Mil - Jean E. Goforth, Contracting Officer, Phone (719) 556-9356, DSN 834-9356, FAX (719) 556-7396. Address small business program questions to Jim Redd, Small Business Specialist, Phone: (719) 556-4669, DSN 834-4669, FAX (719) 556-4321, Email jim.redd@Peterson.AF.mil
 
Place of Performance
Address: Buckley AFB CO; Cape Cod MA; F.E. Warren AFB WY; Malmstrom AFB MT; Schriever AFB CO; Cheyenne Mountain CO; Peterson AFB CO; Los Angeles AFS CA; Vandenberg AFB CA; Cape Canaveral AFS FL; Patrick AFB FL; and, Clear AFS AK.
Zip Code: 80914
Country: USA
 
Record
SN00272509-W 20030308/030306213512 (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.