Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

S -- Utilities Privatization at Fort Hunter Liggett, California of Electric, Propane, Water, and Wastewater Distribution Systems

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
221122 — Electric Power Distribution
 
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-0081
 
Archive Date
5/1/2004
 
Point of Contact
Douglas Smith, Contract Specialist, Phone 703-767-9409, Fax 703-767-2382, - David Nemerow, Contracting Officer, Phone 703-767-9494, Fax 703-767-2382,
 
E-Mail Address
Douglas.G.Smith@dla.mil, david.nemerow@dla.mil
 
Description
General Information Document Type: P = Presolicitation Notice Solicitation Number : SPO600-04-R-0081 Posted Date: March 10, 2004-03-10 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 electric, propane gas, water distribution system and the wastewater collection system at Fort Hunter-Liggett, 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. Offers will not be required to submit offers on all of the utility systems and may submit offers on individual system(s) or on groups of systems on an all or none basis. For purposes of economic comparison required by 10 U.S.C. 2688, each system will be analyzed and considered for award separately. The Utility Systems being privatized are described as follows: Installation: Fort Hunter-Liggett Location: Fort Hunter-Liggett, California is located situated approximately 250 miles north of Los Angeles and 150 miles south of San Francisco in California’s Central Coast region. Installation Description: Fort Hunter Liggett is occupying over 165,000 acres in the San Antonio River valley next to the Los Padres National Forest. The installation’s population today is 250 permanent residents and civil servants, with increases up to 4,000 transient active duty personnel when on training rotation. Housing occupancy is typically 98 percent. 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. Electrical Distribution System Description The Fort Hunter Liggett electrical distribution system consists of all appurtenances physically connected to the system from the points at which the electricity enters the system and/or where the Government ownership currently starts, to the point of demarcation. Primary power enters the installation at 12 kV from Pacific Gas and Electric (PG&E). There are 21 separate meters servicing cantonment, housing, Ammunition Supply Point, MPRC, Williams Hill, Bald Mountain, 8J, Site Alpha, and Site Bravo repeater station areas. There are no substations on the installation, but the MPRC system has a switching station. Average monthly consumption is approximately 830,000 kilowatt hours with usage peaking in late summer to early fall. Emergency generators will remain under the ownership of the installation. All overhead (pole-mounted) transformers have had all polychlorinated biphenyls (PCB’s) removed. All pad-mounted transformers except two have had PCB’s removed. B. Propane System description: The Fort Hunter Liggett propane system consists of all appurtenances physically connected to the system from the points at which the propane enters the system and/or where the Government ownership currently starts, to the point of demarcation. The system may include, but is not limited to above ground storage tanks, valves, regulators, meters and distribution lines including service lines. The propane system at Fort Hunter Liggett is concentrated within the cantonment area and consists of approximately 5,000 feet of distribution piping ranging from 1 to 2 inches in diameter. Within the system are 26 above ground storage tanks ranging in capacity from 287 to 18,000 gallons. The propane system components vary in age, with the newest tanks installed in 1993. The commodity provider, Northern Energy, also has approximately 46 propane tanks on post, of which they will retain ownership and control. Propane is used mostly for heating and cooking. Tanks are on a maintenance plan with the Directorate of Public Works to be painted every 5 years. Propane systems are currently in code compliance. Average consumption is 26,000 gallons of propane per month, with usage peaking in winter. C. Water Distribution System: The Fort Hunter Liggett water distribution system consists of all appurtenances physically connected to the system from the points at which the water enters the system and/or where the Government ownership currently starts, to the point of demarcation. The system may include, but is not limited to wells, storage tanks, distribution piping and appurtenances. There are no groundwater withdrawal permits. Fort Hunter Liggett operates the supply system under California Department of Health Services Water Supply Permit No. 02-90-003, amended May 17, 2000 for corrosion control. The Offeror shall comply with all sampling and testing requirements of the California Department of Health Services, Drinking Water Field Operations Branch, per Water Quality Monitoring Summary, (for a “Community Small Groundwater Developed” (CSGD)), for the Monitoring Period of January 2002-December 2004. The Contractor shall comply with all applicable federal, state, and local regulations governing the operation of the water systems. D. Wastewater Collection system: The system may include, but is not limited to treatment facilities, collection piping and appurtenances. The wastewater system at Fort Hunter Liggett is concentrated mostly in the cantonment area and consists of collection piping, appurtenances, a treatment facility, and spray fields. The original system was constructed in the 1950’s, and improvements have been made as needed since that time. All wastewater, primarily domestic sewage and limited vehicle wash water, produced in the cantonment area is treated at the Fort’s 1.0 million gallon per day (mgd) wastewater treatment facility. Average annual flow to the treatment facility is approximately 88,000 gallons per day (gpd). Wastewater is treated in concrete-lined aerated lagoons. The treatment train includes bar screens, a comminutor, a wetwell, and three uncovered aerated lagoons in series. There are three wetwell pumps in the influent pump station that pump wastewater from the wetwell to a diversion box (valve chamber) that is normally set to divert wastewater to Pond #1, the first and primary aerated lagoon of the three in series. Two of these pumps make up the primary and secondary pumps, but there is an additional pump for emergency backup. This pump, in addition to having an electric motor like the other two, has a propane-driven motor so that the pump can still operate during a power outage. These pumps are automatically controlled by the level of wastewater in the wetwell. According to California Regional Water Quality Control Board, Central Coast Region, Standard Provisions and Reporting Requirements for Waste Discharge Requirements, January 1984, C. General Reporting Requirements, “Transfer of control or ownership of a waste discharge facility must be preceded by a notice to the Regional Board at least 30 days in advance of the proposed transfer date. The notice must include a written agreement between the existing discharger and proposed discharger containing specific date for transfer of responsibility, coverage, and liability between them. Whether an order may be transferred without modification and a public hearing is at the discretion of the Board. If order modification is necessary, transfer may be delayed 120 days after the Regional Boards receipt of a complete Report of Waste Discharge.” 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
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DESC/SP0600-04-R-0081/listing.html)
 
Place of Performance
Address: Fort Hunter Liggett California
Country: USA
 
Record
SN00541854-F 20040312/040310232035 (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.