Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

S -- PRIVATIZATION OF THE ELECTRIC DISTRIBUTION SYSTEM AT SOLDIER SYSTEMS CENTER (SSC), NATICK, MASSACHUSETTS

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
221210 —
 
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
Reference-Number-SPO600-04-0532
 
Response Due
7/2/2004
 
Archive Date
7/17/2004
 
Point of Contact
Megan Oz, Contract Specialist, Phone 703-767-9411, Fax 703-767-2382, - Benita Jackson, Contract Specialist, Phone 703 767-9407, Fax 703 767-2382,
 
E-Mail Address
megan.oz@dla.mil, benita.jackson@dla.mil
 
Description
DESC: The Defense Energy Support Center (DESC), in conjunction with the United States Army plans to offer the privatization of the electric distribution system at the Soldier Systems Center (SSC), Natick, Massachusetts. 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. The utility system being privatized is described as follows: Installation: U.S. Army Soldier Systems Center (SSC), Natick, Massachusetts is a compact military installation situated on approximately 78 acres located on the eastern shore of Lake Cochituate, approximately 17 miles west of Boston, adjacent to the town of Natick, Massachusetts. SSC provides support to various DoD organizations conducting research, development and testing activities to assure acceptable equipment and technologies for U. S. Army personnel. SSC’s physical plant at the Main Installation includes roughly 100 buildings and/or structures including a Headquarters Building, Climatic Research and Testing Laboratories, barracks, and various technological support facilities. In total, the physical plant located within the Main Installation covers approximately 786,216 building square footage (SF). The electrical distribution service is provided to approximately 40 buildings covering an estimated 782,000 SF (roughly 99.5 percent of total building square footage). Electrical Distribution System: It is the intent of the Army to have the current system to be privatized replaced within 24 months of contract award. The current electrical system to be replaced includes a 13.8 kV electrical distribution system consisting of approximately 5,242 linear feet (1.0 circuit miles) of overhead distribution line and 17,130 linear feet (3.2 circuit miles) of underground distribution line; One 13.8 kV distribution substation (Station 328); 27 pad-mounted type transformers; 2 oil-filled switches, 27 electrical services and a 1350KVAR power factor correction unit. The Army receives electrical power from the NSTAR Electric Company. NSTAR owns, operates and maintains two incoming 13.8 kV feeders and breakers and one metering-equipment cubicle in the substation; the Army owns, operates and maintains the other six (6) cubicles consisting of four breakers, HV fusing and one spare cubicle. SSC and NSTAR jointly own, operate and maintain the testing cubicle. Mandatory Electrical Distribution System Improvement Requirement: It is important to note that within 24 months of contract award, the successful offeror is responsible for replacing the entire electrical distribution system with an entirely new underground electrical distribution system. The design and plan for phased construction of the electrical distribution system shall be subject to SSC’s review and coordination. Design and construction shall be consistent with national and local electrical distribution utility standards. The new electrical distribution system must be able to feed all buildings located within the Installation boundaries from an alternate feeder in the event a fault occurs along any section of the high voltage (13.8kV) distribution system. This redundancy requirement can be met through various “looped” or “dual feed” system configurations, SSC is interested in the most cost effective means to meet the redundancy requirement. All existing overhead distribution shall be removed, and replaced with a new underground distribution system all existing underground electrical power cables shall also be replaced with new power cables and duct banks. The successful offeror will also be responsible for coordinating the relocation of the non-power aerial cables (telecommunications, fire, security, etc) currently co-located on utility poles, from overhead to underground. The design and construction of the duct system will be of sufficient capacity to accommodate the relocated non-power cables. Upon completion, all existing aerial cabling and structures shall be completely removed. During construction, the existing system shall remain fully operational until “cut-over” to the new system is made based on a construction schedule reviewed, coordinated, and approved by the SSC. The Contractor(s) shall furnish all facilities, labor, materials, tools, and equipment necessary to own, maintain and operate the utility system(s) in a safe and reliable condition. The Contractor(s) 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. Real property interests will be conveyed in the form of a Real Estate Easement 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. 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. Offerors 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 Megan Oz at 703-767-9411 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 March 4, 2004. LINKURL: http://www.desc.dla.mil/DCM/DCMPage.asp?pageid=246 LINKDESC: http://www.desc.dla.mil EMAILADD: Megan.Oz@dla.mil .
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DESC/Reference-Number-SPO600-04-0532/listing.html)
 
Place of Performance
Address: The POC for this action is Megan Oz: 703-767-9411, Fax: 703-767-2382, Email: megan.oz@dla.mil. Places of Performance Location: Soldiers System Center, Natick, Massachusetts
Zip Code: 01760
Country: USA
 
Record
SN00527324-F 20040222/040220232626 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.