Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOLICITATION NOTICE

S -- UTILITY PRIVATIZATION AT UNITED STATES ARMY GARRISON, WEST POINT, NEW YORK

Notice Date
9/15/2004
 
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-0136
 
Response Due
9/30/2004
 
Archive Date
10/15/2004
 
Description
General Information Document Type: P = Presolicitation Notice Solicitation Number : SP0600-04-R-0136 Posted Date: September 15, 2004 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 United States Army Garrison, West Point, New York. 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: United States Army Garrison Location: United States Army Garrison, West Point, New York Installation Description: The United States Military Academy is located approximately 50 miles north of New York City on the Hudson River. The campus and central post area comprise only a small portion of the nearly 16,000-acre reservation. From the day of its founding on March 16, 1802, West Point has grown in its size and stature, but it remains committed to the task of producing commissioned leaders of character for America 's Army. 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. The Water Treatment and Distribution System consist of the following: a. Lusk Water Plant-4 MGD capacity. Limited to 2.8 currently; constructed 1932. Stony Lonesome Plant-2 MGD capacity; constructed 1970. Camp Buckner Plant-.3 MGD capacity; constructed 1994 (Seasonal, April-October). b. The water supply lakes in the watershed are: Popolopen Lake-500 MG, Stillwell Lake- 720 MG, Mine Lake- 64 MG, Long Pond- 250 MG, Lusk Reservoir- 78 MG. c. The usable volume of water is 850 MG. The peak safe yield of the entire system under normal conditions is 5.2 MGD. The average daily water usage is 2.3 MGD and will peak at over 5 MGD during summer months. d. Water for the Lusk Plant comes from a 20? gravity pipeline starting at Popolopen Brook and flowing approximately 6.5 miles to Lusk Reservoir. Water for the Stony Lonesome Plant is pumped from Long Pond through at 20? line approximately 5 miles in length. The Camp Buckner Plant draws water from Popolopen Lake. All plants have auxiliary generators in the event of loss of power. e. The Lusk, Stony and Camp Buckner Plants utilize pre chlorination, flocculation, sedimentation, rapid sand filtration, and post chlorination prior to delivering water into the distribution system. The Lusk and Stony Plants use gas chlorination, polyaluminum chloride, sodium carbonate and fluoride in the treatment process. The Camp Buckner Plant uses sodium hypochlorite, polyaluminum chloride and sodium carbonate in its treatment process. f. The Stony and Camp Buckner Plants are fully automatic with the exception of the backwash function. The Lusk Plant is semi automatic. g. The distribution systems for the water plants consist of approximately 60 miles of pipe ranging in size of 1? through 24? diameter. Materials used for mains are cast iron, steel, ductile iron, plastic, and transite. h. There are 12 storage tanks in the 3 systems (8 concrete and 4 steel). The storage capacity ranges from 175K gallons to 2.2 MG. i. There are 5 separate Water Districts at West Point main campus area. The Lusk Plant supplies District 1, 2, and 3. Stony Plant supplies Districts 4 and 5. Through a system of pumps and pressure reducing stations water can be moved between Districts if required. j. There are approximately five athletic fields and the parade field that include irrigation systems. There are also public water fountains at various locations. There is snow making equipment that is part of the ski slope that is served with potable water. Raw water service is provided to the golf course for irrigation. The irrigation systems, snow making systems and water fountains are not part of the privatization, but service to these facilities is part of the system. k. Approximately 11 wells at various locations are also included. These wells are located at Constitution Island and various areas in what is referred to as the ranges. l. Although the watershed is not included in the solicitation there might be a requirement for watershed protections services. Such services as dam inspections, maintenance of reservoir mechanical systems, stream and shoreline maintenance, monitoring and treatment of raw water for algae may be required. m. Water resources planning and design services will also be required. Wastewater Collection and Treatment System consists of the following: a. Target Field Wastewater Treatment Facility - The construction for the Secondary Wastewater Treatment Plant was started in August 1971 and the plant went into operation in October of 1973. The plant is rated at 2.06 mgd and discharges with a NYSPDES permit into the Hudson River. An auxiliary generator is provided to operate the plant in case of power outage. b. The collection system for the Target Field Wastewater Treatment facility consists of 7 lift stations and approximately 30 miles of clay, cast iron, PVC and concrete pipelines varying in size from 4 inches to 28 inches. There are approximately 834 wastewater manholes. The wastewater enters the plant at 2 points bringing the wastewater from north & south ends of the Post. c. Wastewater Lift Stations: South Site Pump Station: Pumps wastewater from south end of post, overflow is into the Hudson River. Station has two variable speed pumps. Each station is rated at 1,875 gpm. Total dynamic head (TDH) is 65 ft, with a 50 H.P. motor. 12-inch diameter cast iron pipe force main for 3600 ft to gravity sewer. Alarm to power plant. Stony Lonesome Pump Station: Pumps wastewater from 20 sets of quarters in Stoney Lonesome Housing area: Station has two pumps rated at 100 gpm with 40 ft of TDH, 5 H.P. motors. 4-inch diameter cast iron pipe force main for 210 ft to gravity sewer. Local alarm. Bldg 609, 627, and 767 Pump Station: These three facilities are underground pits equipped with identical equipment. Each station has 2 submersible pumps that pump to gravity wastewater lines. Local visual and audio alarm. Howze Field Pump Station: Pumps wastewater from Michie Stadium to South Post collection system. Station has two wastewater pumps. Each pump is rated as 300 gpm, 25 ft TDH, at 5 H.P. 12-inch cast iron pipe force main for 75 ft to gravity system. Local alarm. Commissary Area pump station is equipped with 2 150 gpm centrifugal pumps. Local visual and audio alarm. d. Camp Buckner Wastewater Treatment - The construction for the Secondary Wastewater Treatment Plant was started in 1971 and the plant went into operation in 1973. The plant is rated at .25 mgd and discharges with a NYSPDES permit into the Popolopen Creek. An auxiliary generator is provided to operate the plant in case of power outage. The collection system for the Camp Buckner Wastewater Treatment facility consists of 2 pump stations and approximately 5.8 miles of clay, cast iron, PVC and concrete pipe trunk lines varying in size from 6 inches to 10 inches. The wastewater comes from Camp Buckner & Camp Natural Bridge. 3.8 miles of 10-inch gravity and 8 inch force main line deliver the effluent to Popolopen Creek. Part of the effluent line is above ground and in proximity to the West Point?s drinking water supply. Increased monitoring is provided. 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 Doug 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 September 20, 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 Douglas 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: United States Army Garrison, West Point, New York
 
Place of Performance
Address: United States Army Garrison, West Point, NY
Country: USA
 
Record
SN00673704-W 20040917/040915211603 (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.