Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

S -- Privatization of Natural Gas Distribution and Wastewater Collection Systems at Luke Air Force Base, Arizona

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, VA, 22060-6222
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-03-R-0152
 
Response Due
8/14/2003
 
Archive Date
8/29/2003
 
Point of Contact
Robert Jones, Contract Specialist, Phone 703-767-9407, Fax 703-767-8757, - Richard Mann, Contracting Officer, Phone 703 767-9403, Fax 703 767-2382,
 
E-Mail Address
Robert.E.Jones@dla.mil, Richard.Mann@dla.mil
 
Description
DESC: The Defense Energy Support Center (DESC), in conjunction with the United States Air Force plans to offer the privatization of the natural gas and wastewater infrastructure systems at Luke Air Force Base, Arizona. Privatization is defined as the transfer of ownership and responsibility for the operations, maintenance, repair, future upgrades, and future utility system replacements. As a result of this solicitation, the firm will be selected to assume ownership of the above-mentioned utility system(s). The successful firm will be required to provide expansions to the system(s) to meet future needs of the government. The resulting contract, if awarded, will require the Contractor to furnish all facilities, labor, materials, tools, and equipment necessary to own, maintain, and operate the utility system(s). The Contractor shall manage the maintenance, repairs, replacement, etc., of the system(s) to ensure continuous, adequate, and dependable service for each Government or tenant connection within the service area. The Contractor shall be responsible for funding all capital investments required to acquire, maintain and operate the utility system(s) in a safe, reliable condition and to meet the requirements listed in the contract. Real property interests will be conveyed in the form of a Right-of-Way (ROW) as an attachment to the RFP. The utility system(s) will be conveyed via a Bill of Sale upon award of the contract. Past performance information from potential Offerors shall be submitted as directed in the RFP. The utility systems being privatized are described as follows: Installation: Luke Air Force Base, Arizona. System Descriptions: Natural Gas and Wastewater. The base size is approximately 4,524,064 square feet, which includes 365 buildings and 874 military family housing units. Luke has it?s own wastewater treatment plant. The natural gas distribution system is supplied to Luke Air Force Base at three separate locations by 175 pound per square inch gauge gas mains owned by Southwest Gas Corporation. The natural gas piping on the main base is almost entirely polyethylene (PE). Steel piping is located in the Military Family Housing area. The piping is coated, rather than wrapped, and includes a cathodic protection system. The system contains 19 rectifiers. There is no physical on-base production of gas or natural gas wells. The meters owned by the Air Force are used for billing purposes. The Air Force-owned distribution system consists of approximately 119,000 linear feet of underground piping. The majority of the piping is less than 20 years old, with some as old as 50 years. The wastewater collection system consists of three major components; the sanitary sewer collection system, the wastewater treatment plant, and non-potable water reuse system. The sanitary sewer system consists of the gravity mains, cleanouts, lift stations, force mains, and access manholes associated with the collection of sanitary sewer from the facility buildings and family housing on the base. A majority of the gravity collection mains and service laterals were installed in the 1940?s when the base was first constructed and in the 1950?s and 1960. The gravity collection mains installed during these construction periods are composed primarily of Reinforced Concrete Pipe, the force mains are Cast Iron, and the service laterals are Vitrified Clay Pipe. In the late 1970?s, additional base housing was installed. The gravity collection mains installed during these construction periods are composed primarily of Reinforced Concrete Pipe, the force mains are cement Mortar Lined Ductile Iron, and the service laterals are Vitrified Clay Pipe. Since the 1980?s, the base has made a concerted effort to install PVC for all sanitary sewer piping that are 8 inches or less. Consequently, most of the gravity mains, force mains and service laterals in these areas are composed of PVC. A majority of the gravity collection mains, force mains and service laterals installed during the 1940?s, 1950?s and 1960?s are in fair to good condition. A majority of the gravity collection mains, force mains and service laterals installed in the 1970?s, 1980?s and 1990?s are in good to excellent condition. The wastewater treatment plant is designed to accept all of the sanitary flow from the sanitary sewer collection system through a 21-inch reinforced concrete pipe main line flowing from the site. Major improvements were conducted in 1994 to provide an advanced wastewater treatment plant that consistently met effluent discharge limitations and provide reuse water for discharge to the base golf course and parks for irrigation purposes. Improvements were designed to allow the facility to effectively treat an average daily flow of 1 million gallons per day with removal efficiencies in excess of 95% or better for Biochemical Oxygen Demand and suspended solids. The wastewater treatment plant has a certified laboratory capable of performing both process control and process monitoring tests. Since most of the wastewater treatment plant equipment was installed or reconstructed in the 1994 improvements, its overall condition is good to excellent. See Note 26. All responsible sources may submit an offer, which shall be considered. Large businesses are required to submit a subcontracting plan with their offer. The cascading preference source selection method will be used in the evaluation of firms for award under this solicitation. The cascading source selection method permits small and large businesses to submit offers. Offers from small businesses will be considered first. In accordance with FAR Subpart 19.5, any award resulting from the solicitation will be made to an eligible small business concern provided that (1) at least two competitive offers are received from responsible small business concerns, and (2) award will be made at a fair market price. If conditions for award to a small business concern are not met, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Interested sources shall contact Bobby Jones at 703-767-2397 to be added to our bidder mailing list. A copy of the solicitation will be available after issuance, on the Internet at the below listed URL. The solicitation will be available on or after August 15, 2003 LINKURL: http://www.desc.dla.mil/DCM/DCMPage.asp?pageid=246 LINKDESC: http://www.desc.dla.mil EMAILADD: Robert.E.Jones@dla.mil
 
Place of Performance
Address: Luke Air Force Base
Country: Arizona
 
Record
SN00388032-W 20030802/030731213102 (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.