SOURCES SOUGHT
S -- Utilities Privatization - Privatization of the Water and Wastewater Utility Systems at Naval Submarine Base Kings Bay, Georgia and Water Utility System at Naval Station Mayport, Florida
- Notice Date
- 5/21/2025 7:50:36 AM
- Notice Type
- Sources Sought
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060-6222 USA
- ZIP Code
- 22060-6222
- Solicitation Number
- SP060025R0803
- Response Due
- 7/20/2025 12:00:00 PM
- Archive Date
- 08/04/2025
- Point of Contact
- Alexis Hamilton, Phone: 571-550-0760, Timothy R. Stark, Phone: 571-591-3294
- E-Mail Address
-
alexis.hamilton@dla.mil, timothy.1.stark@dla.mil
(alexis.hamilton@dla.mil, timothy.1.stark@dla.mil)
- Description
- This is a Sources Sought Notice (hereinafter ""Notice""). This Notice is an essential step in determining market interest and feasibility in accordance with FAR Part 10 and is for information and planning purposes only. This Notice is solely for the Government's use as a market research tool. This Notice does not constitute a request for proposals, a solicitation or a request for quotes. If determined appropriate, then both a synopsis and a solicitation may be anticipated in the 2026 timeframe. All responsible sources are encouraged to submit a response to this Notice. All information received will be considered. Failure to respond to this Notice does not preclude a firm from offering on any resultant solicitation; however, a lack of interest in this requirement may keep this effort from moving forward competitively. The potential opportunity for set-asides for small businesses and small disadvantaged businesses will be considered on the basis of the responses received. This Notice shall not be construed as a commitment or authorization to incur costs in anticipation of an award. The Government is not bound to make any awards under this Notice. Interested parties should provide a statement of interest on company letterhead by no later than 3:00 P.M. EDT on July 20, 2025. Responses are preferred via email, but hard copies will also be accepted. If the statement of interest will be provided via hard copy, please notify the primary or secondary point of contact identified herein. At a minimum, the statement of interest shall address the following criteria: the installation(s) for which the party is expressing interest (NSB Kings Bay, Georgia; NS Mayport, Florida; or both); capability and experience in the ownership and/or leasing, operation and maintenance of a water and/or wastewater distribution system; financial capacity with regard to leasing or ownership interest, expansion, and operation of a utility system; understanding of any applicable state or local utility law or franchise requirements and capability of complying with such requirements; understanding of the federal, state and local environmental laws and regulations and its familiarity and experience with environmental compliance procedures and regulations for the states of Florida and/or Georgia; capabilities and estimated timeframes to initiate and complete extensive water and wastewater infrastructure capital projects, which will be referred to as Initial System Deficiency Corrections (ISDC)*, to include financing, procurement, installation (including necessary phasing to maintain continuity of Government operations), commissioning, and initial system operation; a primary point of contact, including phone number and email address; business size (other-than-small, small, or any subcategory of small business) relative to the NAICS codes 221310 and 221320; and status as a regulated or non-regulated utility currently operating in the states of Florida and/or Georgia. * ISDCs are projects necessary to reach the standards typically maintained by the Contractor on its utility systems or to ensure compliance with applicable law and regulation, so that subsequent renewals and replacements (recapitalization) will permit the long-term safe and reliable operation of the utility systems. If you are interested in this effort, please provide the information requested above to the Defense Logistics Agency Energy (DLA Energy) Contracting Office. Requirement: The Defense Logistics Agency Energy (DLA Energy) seeks to identify and obtain information from responsible sources in connection with the acquisition of utility services for the privatization of the Water (NAICS 221310) distribution and Wastewater (NAICS 221320) collection systems at Naval Submarine Base (NSB) Kings Bay, Kings Bay, Georgia and the Water (NAICS 221310) distribution systems at Naval Station (NS) Mayport, Mayport, Florida. Privatization is defined as the conveyance of a utility system to a municipal, private, regional, district or cooperative utility company or other entity. The conveyance may consist of rights, title and interest of the United States in the utility system(s). Utilities Privatization (UP) will be accomplished in accordance with 10 U.S.C. � 2688 - Utility Systems: Conveyance Authority. It is intended that privatization will reduce the Government's life cycle costs; expand capabilities; repair failing equipment; and improve system Availability, Resiliency, & Efficiency within 5 years after conveyance. The resulting privatization will include ownership, operation, and maintenance of the systems. The new owner shall operate and maintain the system and provide utility services to the Government. The Contractor/System Owner shall furnish all management, supervision, permits, equipment, supplies, materials, transportation and any other incidental items or services required for the complete ownership and provision of utility services by the use of these utility systems being privatized, including operation, maintenance, repair, upgrades and improvements to the utility systems. All responsibility for maintaining reliable service, including such items as environmental compliance, maintenance costs, major system renovations, construction, equipment, manpower and overhead costs shall become the responsibility of the new utility system owner. Installation Description � NSB Kings Bay NSB Kings Bay is located 36 miles north of the city of Jacksonville, Florida, and adjacent to the city of St. Mary�s, Georgia. The base has a total area of 25 square miles, with 6.25 square miles of wetlands. The base is bordered by Route 40 on the west, Crooked River on the north, the Cumberland River on the east, and the city of St. Mary�s on the south. Both the North River and St. Mary�s River flow through the base and join before discharging into the Cumberland River. NSB Kings Bay provides support to the fleet, fighter, and family by maintaining and operating the facilities of the Trident submarine force stationed on site. The installation is the east coast home of the Navy's Ohio-class submarine force. System Description � NSB Kings Bay Water NSB Kings Bay operates and maintains a 2.4 million gallon per day (MGD) capacity Nano-Filtration Water Plant. The water is sourced from three deep wells. The system is normally supplied from two elevated storage towers and two ground storage tanks during the day. Normal base usage is 0.75 MGD. The water distribution system consists of approximately 93 miles (490,000 ft) of pipe of which about 75 miles (395,000 ft) is 4-in and larger diameter pipe. The potable and fire protection water systems are combined. There are approximately 650 hydrants and roughly 500 backflow preventers. There are two elevated water towers: 1) 0.75 million-gallon tower located near the water plant and 2) 1 million-gallon tower located near the Central Thermal Plant. Lower Base System water is supplied by a 1 million-gallon water tower via the Waterfront Booster Pump Station which includes two Above Ground Storage Tanks (400,000 and 500,000 gallons). The water distribution piping and the associated valves were installed around 1986 and are approximately 33 years old. System Description � NSB Kings Bay Wastewater NSB Kings Bay operates a base-wide wastewater collection system consisting of approximately 22 miles of gravity sewer pipe, 23 miles of force mains, 585 sewer manholes, and 59 wastewater pumping stations (35 Upper Base sewage lift station and 24 Lower Base). The base itself is divided into two separate and distinct areas - the Upper Base and the Lower Base. All wastewater flow on the Upper Base flows to a 1.5 million gallon per day (MGD) wastewater treatment plant while all of the wastewater flow on the Lower Base flows to a 0.5 MGD wastewater treatment plant. The sewer pipe within the wastewater collection system consists mostly of polyvinyl chloride (PVC), whereas the rest of the collection system consists of either vitrified clay (VC), asbestos cement (AC), cast iron (CI) or ductile iron (DI) pipe. There are approximately 585 sewer system manholes within the wastewater collection system. They are constructed of either brick and mortar or precast concrete. Conveyance of the wastewater system also includes the Industrial Wastewater Treatment Facility (IWTF) and the Oily Waste Systems. The IWTF that services the Waterfront WWTP includes all facilities, equipment, and components of the Industrial Wastewater Treatment Plant, Industrial Wastewater Treatment Plant Collection Systems, and Industrial Wastewater Treatment Plant Effluent Systems. This includes manholes, gravity pipes, force mains, lift stations, screens, hydrated lime system, clarifiers, agitators, plate presses, meters, tanks, valves, piping/lines and controls, pumps, blowers, chemical storage systems and bins, and an oily water separator system. The Industrial Wastewater Treatment is monitored by a SCADA system and has a complete and comprehensive laboratory for testing. Three Bilge Wastewater Treatment Plants (Facility IWTF, WFTP, Site Six) includes all facilities, equipment, and components of the Bilge Wastewater Treatment Plant, Bilge Wastewater Treatment Plant Collection Systems, and Bilge Wastewater Treatment Plant Effluent Systems. This includes manholes, gravity pipes, force mains, lift stations, meters, tanks, valves, piping/lines and controls, pumps, blowers, and Oily Water Separator Systems. Installation Description � NS Mayport NS Mayport is the third largest fleet concentration area in the United States. NS Mayport is unique in that it is home to a busy seaport as well as an air facility. NS Mayport's operational composition is unique, with a basin capable of accommodating 34 ships and an 8,000-foot runway capable of handling any aircraft in the Department of Defense inventory. NS Mayport is the proud home of Commander U.S. 4th Fleet. NS Mayport provides operational and logistical support, facilities and quality of life programs to 82 tenant commands with 8500 service members of the U.S. Navy and U.S Coast Guard operating forces. Naval Station Mayport is located 15 miles east of Jacksonville, Florida, at the mouth of the St. Johns River in Duval County. System Description � NS Mayport Water The Water Treatment Plant (WTP) and Distribution Systems are community/consecutive Public Water Systems that commence at and includes the utility isolation point of connection. NS Mayport owns the water distribution systems at three (3)-independent, non-contiguous locations in the Jacksonville, Florida area. The water systems are operated for consumption and fire protection purposes. NS Mayport raw water supply is provided by three ground wells. Naval Station Mayport�s potable WTP was constructed in 1994. The WTP consists of a pump station, administrative/office/pump station building, and chlorination building. The pump station houses high service pumps for potable domestic supply and pumps for fire flow. The plant is fed by three (3) Floridan aquifer wells with a Consumptive Use capacity of 1.5 MGD. The plant typically averages about 1.0 MGD. The plant storage capacity is composed of one (1) 2.0 MG aboveground storage reservoir for fire flow capacity and one (1) 0.5 MG aboveground storage reservoir for daily potable capacity. A 10,000-gallon, aboveground, horizontal, hydro-pneumatic tank provides constant pressure to the distribution system. The WTP has a backup diesel generator that can run the entire plant and one (1) well. The other two (2) wells have individual diesel generators. The potable water distribution system includes a combination of ductile iron, PVC, transite asbestos-cement and steel underground/ aboveground pipes, ranging in size from less than two inches to 16- inches in diameter. The water system also includes an Advanced Metering Infrastructure (AMI). The AMI system consists of smart meters, remote unit interfaces and wireless transmission components that transmit consumption data from the point of use to a centralized data collection computer. Ribault Bay Village Off-Base Housing Water System Description: The potable water system at the off-base neighborhood, Ribault Bay Village Housing, consists of a Government-owned and maintained water distribution system. The Ribault Bay Housing area consists of the Ribault Bay neighborhood, the Marsh Cove Neighborhood and the NEX/Commissary location. Water is supplied to the system by the local municipality, City of Atlantic Beach Public Works Department. An eight (8) inch line delivers water from the City of Atlantic Beach Public Works Department to Ribault Bay Village Housing. The Ribault Bay Housing potable water distribution system includes a combination of ductile iron and PVC piping, ranging in size from less than two inches to 8 inches in diameter. Navy Fuel Depot Heckscher Drive Water System Description: Navy Fuel Depot potable water system at Heckscher Drive is a consecutive system and provides water to the Navy Fuel Depot and the Marine Corps facilities located to the immediate North of the installation. Navy Fuel Depot potable water system is supplied from the Jacksonville Electric Authority�s (JEAs) main (unknown size, assumed 12� or larger) with a Navy owned four (4) inch main line servicing the Naval Fuel Depot Heckscher. Navy Fuel Depot potable distribution system consists of ductile iron, PVC, and transite underground/aboveground of pipe ranging in size from approximately 2-inch through 10-inches in diameter. Secure Documents If sufficient interest is identified and this requirement proceeds in a competitive action, access to many solicitation attachments will be controlled. In order to view and download controlled attachments, interested parties will need to request access in the Contract Opportunities system. The process of obtaining access is somewhat lengthy, therefore all interested vendors are encouraged to begin that process as soon as possible. Instructions for access to the Contract Opportunities Controlled Site: To access the controlled, but unclassified, documents in the SAM.gov system, Offerors are required to be registered in SAM.gov. A CAGE Code and Unique Entity Identifier (UEI) are created through the SAM.gov registration process at https://sam.gov/. Offerors must create a login.gov account in SAM.gov. Instructions are below. For additional help, contact the Federal Service Desk at www.fsd.gov or toll free at 1.866.606.8220. To link to an existing login.gov account From https://sam.gov/ go to Sign In on the toolbar. Enter an email address and password for the existing login.gov account. Offerors will then receive an email to associate the existing login.gov account with SAM.gov. Offerors will now use this login.gov account to sign into SAM.gov. New users will be asked to complete their SAM.gov profile. To create a new login.gov account From https://sam.gov/ go to Sign In on the toolbar. Select Create an account. Enter an email. Offerors will receive a link with a security code via email. Go to the link and enter that security code and press continue. Create a password. Press continue. Select the method to receive one-time security codes in the future. Note: The recommended method is Text message/SMS. As part of the registration process, Offerors will be prompted to select a second authentication method. Once the login.gov user account is created, sign in at SAM.gov and navigate to the solicitation using the �Search Contract Opportunities� link. Click on a controlled attachment to initiate the request for access. A pop-up message will appear. Enter a �Reason for Access� and click Submit. Offerors will be notified of the response to the request. Please note that Offerors will now need to request access for each attachment individually. Offerors that already have Joint Certification Program (JCP) certification are encouraged to verify their information in the JCP system at https://www.public.dacs.dla.mil/jcp/ext/. Incorrect information may result in rejection of request and delays in access to controlled documents. Instructions for obtaining JCP certification or for correcting a current JCP certification are as follows: Applicants for JCP certification are required to have an updated and correct SAM.gov registration, UEI, CAGE Code, and login.gov account. Applicants for JCP certification are required to complete a NIST assessment and upload it to SPRS. NIST assessments are valid for 3 years, must be documented in SPRS, and must be current more than 90+ days. Applicants must review and completion the Introduction to Proper Handling of DoD Export-Controlled Technical Data through https://www.dla.mil/Logistics-Operations/Services/JCP/. All applications must be completed through the JCP Portal. The portal may be accessed through https://www.dla.mil/Logistics-Operations/Services/JCP/ or directly at https://www.public.dacs.dla.mil/jcp/ext/. (i) Click the Registration link below the Login button to navigate to the Registration page. (ii) Register with a username and password. The Register � User Name and Password page is for use by users not in possession of a Government Common Access Card (CAC). (iii) All JCP Portal users logging in with a username and password must enable Two Factor Authentication (TFA) on the JCP Portal account. Log in to the JCP Portal account with the username and password. A prompt requires the TFA set-up on the account. Set-up Google Authenticator on a smartphone. Google Authenticator will be used upon each log in attempt. Either scan the QR code in the Google Authenticator application or manually enter the verification code. Select verify and save. (iv) After registering, click Profile in the header of the main page. To update your Profile information (First Name, Last name, Email, or Telephone), make a change in any or all the form fields and save by clicking the Save button. (v) Upon first login after registration, an organization will not be attached to the profile. The Dashboard page will display an Actions drop down in the upper right corner. Click either Request to Join an Organization or Create New Organization. 5. Applicants will complete the DD Form 2345, Military Critical Technical Data Agreement, through the JCP Portal. 6. Notify the DLA Energy Solicitation POCs of the request submission together with company name and CAGE Code used on the request form. 7. The JCP office will contact the Offeror with additional instructions. 8. JCP will return an approved and signed certified form, which will include the certification and expiration date. 9. For assistance with the DD2345 or to inquire about the acceptability of providing documentation electronically, please contact the U.S./Canada Joint Certification Office, DLIS: U.S./Canada Joint Certification Office Logistics Information Services Federal Center, 74 Washington Ave., North Battle Creek, Michigan USA 49037-3084 Phone: 877-352-2255 E-mail: JCP-Admin@DLA.MIL 10. Once approval is received, it can take up to 24 hours for the JCP information to reach all systems. 6. Once Offerors receive the approved DD2345 from JCP, have verified the status, and have verified that all information is correct and matches the SAM registration for the same CAGE Code at https://www.public.dacs.dla.mil/jcp/ext/, follow the steps for requesting access to controlled documents in #3, above. 7. All JCP account registrants must log in to the JCP Portal at least every 35 days to keep their accounts active. Accounts not active past 35 days will be disabled. A warning email from j62.dacs@dla.mil will be sent five (5) days and then one (1) day prior to your account being locked. If you find that your account is locked/disabled, please go to the DACS Portal: https://www.public.dacs.dla.mil/portal/ and click the ""Unlock Account"" link. You will need to provide your username and email address to unlock/enable your JCP Portal account. 8. Further JCP account instruction may be found at https://www.dla.mil/Logistics-Operations/Services/JCP/. Once the MPIN has been verified in the Contract Opportunities system and explicit access has been granted, vendors will be able to enter the system and view the secure documents.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4f1022ee82644244a3eb065ae9aa723a/view)
- Place of Performance
- Address: Kings Bay, GA 31547, USA
- Zip Code: 31547
- Country: USA
- Zip Code: 31547
- Record
- SN07451874-F 20250523/250521230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |