Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2004 FBO #1101
SOLICITATION NOTICE

S -- UTILITY PRIVATIZATION OF ELECTRIC, WATER, AND WASTEWATER AT DETROIT ARSENAL, MICHIGAN

Notice Date
11/29/2004
 
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
SP0600-05-R-0022
 
Response Due
12/13/2004
 
Archive Date
12/28/2004
 
Description
General Information Document Type: P = Presolicitation Notice Solicitation Number : SP0600-05-R-0022 Posted Date: November 29, 2004-11-29 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, water distribution system and the wastewater collection system at Detroit Arsenal, Michigan. 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: Detroit Arsenal Location: U.S. Army Tank-Automotive & Armament Command (TACOM) located adjacent to the community of Warren, Michigan, approximately 20 miles northeast of Detroit. Installation Description: The Arsenal is a compact military community consisting of approximately 20 buildings situated on about 300 acres and is also host to the Tank-Automotive Research, Development and Engineering Center which provides support to various research, development and testing activities ensuring acceptable equipment and technologies for U. S. Army personnel. 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 current electrical distribution system to be privatized consists of approximately 4.14 miles of underground lines, 44 pad mounted transformers, 32 sectionalizing switches, 1,436 manholes, 16 services and streetlights which consist of 80 fixtures, 45 utility poles, and 0.81 miles of lighting circuits. B. Water Distribution System: The current water distribution system to be privatized includes both potable water and a fire protection system. The water distribution system consists of 1.48 miles of various water main piping ranging in size from 4 to 10 inches. The fire protection system consists of 2.28 miles of water main piping ranging in size from 4 to 10 inches. Water is furnished/supplied to the Arsenal by the City of Warren. The Contractor shall comply with all applicable federal, state, and local regulations governing the operation of the water systems. C. Wastewater Collection system: The system may include, but is not limited to treatment facilities, collection piping and appurtenances. The current wastewater distribution system to be privatized includes 1.77 miles of sewer mains. There are no wastewater treatment facilities. All wastewater is conveyed to the City of Warren for treatment and disposal. 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 or Terri Workman at 703-767-8130 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 December 13, 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 Terri Workman, Contracting Officer, Phone 703-767-8130, Email terri.workman@dla.mil Place of Contract Performance Places of Performance Location: Detroit Arsenal, Michigan - USA
 
Place of Performance
Address: Detroit Arsenal, Michigan - USA
Country: USA
 
Record
SN00713793-W 20041201/041129211539 (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.