Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

S -- Utility Privatization for Sierra Army Depot, CA of water and wastewater distribution systems

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
221310 — Water Supply and Irrigation Systems
 
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
SP0600-04-R-0089
 
Archive Date
5/1/2004
 
Point of Contact
Douglas Smith, Contract Specialist, Phone 703-767-9409, Fax 703-767-2382, - Benita Jackson, Contract Specialist, Phone 703 767-9407, Fax 703 767-2382,
 
E-Mail Address
Douglas.G.Smith@dla.mil, benita.jackson@dla.mil
 
Description
General Information Document Type: P = Presolicitation Notice Solicitation Number : SP0600-04-R-0089 Posted Date: March 9, 2004-03-09 Classification Codes: S—Utilities and housekeeping services Contracting Office Address Defense Energy Support Center (DESC), 8725 John J. Kingman Road, Room 3830, Fort Belvoir, Virginia 22060-6222 Description DESC: The Defense Energy Support Center (DESC), in conjunction with the United States Army, plans to offer the privatization of the water distribution system and the wastewater collection system at Sierra Army Depot, California. 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 systems. The successful firm will be required to provide expansions to the systems 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 systems. The Contractor shall manage the maintenance, repairs, replacement, etc., of the systems 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 systems in a safe, reliable condition and to meet the requirements listed in the contract. The Utility Systems being privatized are described as follows: Installation: Sierra Army Depot Location: Sierra Army Depot, California Installation Description: Sierra Army Depot (SIAD) is located in sparsely populated Lassen County in northeast California, approximately forty miles southeast of Susanville and fifty-five miles northwest of Reno, Nevada. Utility Systems to be privatized: The following is provided only to give an approximation of the size, scope, and general description of the system. Any numbers should only be used for estimating purposes. The following system parameters are approximations. a. Water Distribution System: The SIAD water treatment and distribution system was generally constructed between 1943 and 1960, and expanded during the 1970s. The existing system may include, but is not limited to wells, mains, pump stations, elevated and ground level tanks, services, hydrants, valves, and appurtenances. In general, the system is of advanced age, although individual components have been replaced over time as part of routine maintenance. The distribution system is composed of various types of pipes ranging in size from two to fourteen inches in diameter. All raw water comes from four deep wells located within the main cantonment area, ranging in depth 350-550 feet below ground surface. Water from the wells is chlorinated at each of the wellheads. The SIAD water supply is under the jurisdiction of the California State Department of Health Services, Public Water Supply Branch. There is one ground storage reservoir on the existing SIAD water system, capacity: 1,250,000 gallons. The bottom and sides of the reservoir are constructed of concrete. A 1.5” to 8” concrete topping was added to the bottom to correct the drainage slope, reducing the capacity to approximately 1.2 million gallons. This ground storage has a flexible EPDM rubber cover, which is in poor condition. Chlorine is also added to the water at the reservoir. It is likely that this tank has a significant buildup of solids due to the extended period of time since it has been cleaned and to the high levels of iron and manganese in the system. There are three elevated storage tanks in the system. They were constructed in the late 1950s or early 1960s. In general, the exterior of these tanks appear to be in fair condition. However, they have had very little maintenance performed and are all in need of complete rehabilitation, particularly on the inside. Tank #1: Capacity: 125,000 gallons Tank #2: Capacity: 40,000 gallons Tank #3: Capacity: 60,000 gallons Available SIAD records indicate that the exterior of the tanks were painted in 1982 using a lead-based paint system. Drawings are also available showing a planned interior paint project for the same period of time. However, since records of this project are not available, it is not clear what work was actually performed. In either case, the coatings on the tanks likely have lead based paint. b. Wastewater Collection System The SIAD existing wastewater system was constructed in the early 1940s and it is composed of two independent wastewater collection systems. Both systems consist of a series of gravity-fed collection pipelines and laterals with one intermediate lift station. The larger system serves the Cantonment Area as well as the West Patton Village Community Service District (WPVCSD) Area. It is comprised primarily of vitrified clay pipes raging in size from four to fifteen inches in diameter. Most mains are in the six to twelve inches diameter range. The smaller system serves the Eastern Warehouse Area. It is also comprised primarily of vitrified clay pipes, with most mains in the six to eight inches diameter size. All effluent is collected into mains and then routed to two sewage treatment lagoons. The lagoons for the Cantonment area were constructed in 1954 and upgraded in 1965, 1993, 1996, and 2003. The main system consists of three main cells and one two-acre polishing pond constructed in late 1997. The lagoons for the warehouse system were built in 1972. The treatment facility has a capacity of 5,000 gallons per day. Below is the description of the system and its inventory. They are included in this section to provide the Offeror with a general understanding of the size and configuration of the system. The Offeror shall base the proposal on site inspections, information in the bidder’s library, other pertinent information, and to a lesser degree the inventory description. Under no circumstances shall the successful Contractor be entitled to any rate adjustments based on the accuracy of the stated system description and inventory. There are two existing wastewater treatment facilities at SIAD. The smaller of the two systems serves only the warehouse area of SIAD. This plant is an anaerobic lagoon system. The plant currently operates with two primary ponds. Each pond is approximately 1 acre in area with a 3-4 foot liquid depth. Flow is expected to completely evaporate from this system, with no discharge. The flow meter is a Sigma model 950 with a bubbler level sensor. The large wastewater plant uses a facultative lagoon process with discharge to a set of three wetland cells. Four wetland cells are present, but the plant design is currently approved using three. Currently, the system operates with a lagoon that is aerated by floating surface aerators, followed by an anaerobic polishing pond. One of the cells is a newly active cell with a bentonite natural liner and newly planted wetland vegetation. The other two cells will be used as overflow cells to accommodate temporary increase flows. Two new transfer pumps from the polishing pond to the wetlands was installed in 2003. The flow meter is a Sigma model 950 with an electronic level sensor. The Contractor shall comply with all applicable federal, state, and local regulations governing the operation of the wastewater system. 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 an award to a small business 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 Douglas Smith at 703-767-9409 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 24, 2004. LINKURL: http://www.desc.dla.mil/DCM/DCMPage.asp?pageid=246 LINKDESC: http://www.desc.dla.mil EMAILADD: Douglas.G.Smith@dla.mil Point of Contact Doug Smith, Contract Specialist, Phone 703-767-9409, Fax 703-767-2382, Email douglas.g.smith@dla.mil Place of Contract Performance Places of Performance Location: Sierra Army Depot, California USA
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DESC/SP0600-04-R-0089/listing.html)
 
Place of Performance
Address: Sierra Army Depot, CA
Country: USA
 
Record
SN00540735-F 20040311/040309225923 (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.