Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SOURCES SOUGHT

S -- Utilities Privatization - Privatization of the Water and Wastewater Utility Systems at Naval Air Station (NAS) Patuxent River, Maryland

Notice Date
3/17/2020 12:41:56 PM
 
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
SP0600-20-R-0803
 
Response Due
4/16/2020 12:00:00 PM
 
Archive Date
05/16/2020
 
Point of Contact
Chasio Mc Daniels, Phone: 571.767.9716, Bonnie Sheehan, Phone: 571.767.9115
 
E-Mail Address
Chasio.McDaniels@dla.mil, Bonnie.Sheehan@dla.mil
(Chasio.McDaniels@dla.mil, Bonnie.Sheehan@dla.mil)
 
Description
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 July 2020 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 pm Eastern�Time on April 16, 2020. 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: (1) capability and experience in the�ownership and/or leasing, operation and maintenance of potable water system, wastewater�treatment plant,�and/or wastewater collection system; (2) financial capacity with regard to leasing or ownership interest,�expansion, and operation of a utility system; (3) understanding of any�applicable state or local utility law or�franchise requirements and capability of complying with such requirements; (4) understanding of the federal, state�and local environmental laws and regulations and its familiarity and experience with environmental compliance�procedures and regulations for the state of Maryland; (5) a primary point of contact, including phone number and�email address; (6) business size (other-than-small, small, or any subcategory of small business) relative to the�NAICS codes 221310 and 221320; and (7) status as a regulated or non-regulated utility. If you are interested in this effort, please provide the information requested above to the Defense Logistics Agency�(DLA) Energy Contracting Office points of contact provided in this Notice.� 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 potable water (NAICS 221310)�and wastewater (NAICS 221320) at Naval Air Station (NAS) Patuxent River, MD. 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. The resulting privatization�will include ownership, operation, and maintenance of the system. The new owner shall operate and maintain the�system and provide utility services to NAS Patuxent River. 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 Established in 1943, Naval Air Station Patuxent River is a major United States Navy base located approximately 65�miles southeast of Washington, D.C. within both St. Mary�s and Calvert Counties in Maryland. The main base�borders consist primarily of the Patuxent River, the Chesapeake Bay, and Route 235 (Three Notch Road) in�Lexington Park, Maryland. The base encompasses approximately 14,500 acres between the various locations�including the NAS Patuxent River main base and two special areas: (1) Navy Recreation Center (NRC) Solomons�(�Solomons�) and (2) Webster Outlying Landing Field (�Webster Field�). The installation is home to the United�States Navy Test Pilot School, and both the main base and Webster Field host fixed wing, rotary wing, and�Unmanned Aerial Vehicle operations. All of these operations use the installation�s airspace complex. The mission�of NAS Patuxent River is to serve as the Navy�s principal research, development, test, evaluation, engineering, and�fleet support activity for naval aircraft, engines, avionics, aircraft weapons systems, aircraft support systems, and�ship/shore/air operations. The facilities are also used by foreign governments, academic institutions, and private�industry for similar projects.� NAS Patuxent River is supported by approximately 2,500 uniform, 9,000 civilian, and 9,500 contractor personnel.�Major facilities at NAS Patuxent River includes two airfields, an aircraft catapult and arresting facilities, hangars and�hangar aprons and aircraft intermediate maintenance. Supporting facilities include security, government housing,�office space, recreational support services, and supporting utilities. According to the U.S. Department of Defense�Office of Economic Adjustment, the annual economic impact of NAS Patuxent River on the region is approximately�$7.5 billion. Water: The NAS Patuxent River water systems scope consists of all appurtenances physically connected to the�water systems to the points of demarcation in three geographic locations: a) NAS Patuxent River main base, b)�Solomons, and c) Webster Field. The systems include, but are not limited to, pumps, ground storage reservoirs,�elevated water tanks, pipelines, fire hydrants, valves, meters, and controls, for both a potable water utility system�and a separate high-pressure fire suppression distribution system. The water source for the systems is groundwater�obtained from Government-owned wells. The State of Maryland Department of Natural Resources Water Resources�Administration and Department of the Environment Water Management Administration has issued Water�Appropriation and Use Permits, which allow NAS Patuxent River, Solomons, and Webster Field to appropriate and�use groundwater. The groundwater withdrawal permits will be retained by the Government. The water system at the main base consists of three independent, but connected, zones (A, B, and C) operating on�different pressure zones and also has several private wells that support individual facilities. The potable water supply�is from Government-owned groundwater wells that draw water from the Aquia and Patapsco Aquifers. The water is�chemically treated with chlorine prior to distribution. The distribution system consists of steel elevated storage tanks,�pump stations, fire pump stations, concrete ground storage tanks, and 51 miles of piping from 1-inch to 12-inch�diameter. The system is a combined potable and fire protection system operated around 60 psi. Water is transferred�from the ground storage tanks to the pump stations where it is disinfected and pumped into the distribution system�as needed. There also is an off-base housing complex, Glenn Forest, that has a water system to be included.�The main base groundwater usage averages 672,550 gallons per day (2013-2019). There is a separate high-pressure distribution system in and around the flightline area of main base. The fire storage�tanks on the system are filled from the water distribution system. The high pressure fire system has approximately�10 miles of between 6-inch and 30-inch diameter pipe, valves, pump stations, and fire hydrants. The system is�operated around 150 psi. The NRC Solomons potable water supply, including fire protection, consists of two Government-owned groundwater�wells that draw water from the Aquia Aquifer. Water from groundwater wells is chemically treated with chlorine prior�to distribution. The distribution system consists of a steel storage tank and a pump station with a pressure tank to�control system pressure and seven miles of distribution piping from �-inch to 12-inch diameter. Groundwater wells�pump directly into the ground storage tank. A pump station draws water from the ground storage tank for distribution�as needed. The distribution system is a combined potable water and fire protection system. Solomons� groundwater�usage averages 42,500 gallons per day (2018-2019). Webster Field consists of two independent water systems that include fire protection. One system serves the Coast�Guard area and the other system serves the Naval Air Warfare Center-Atlantic Division (NAWCAD) area. The�potable water supply consists of Government-owned groundwater wells that draw water from the Aquia and�Patapsco Aquifers. The distribution system consists of a steel elevated storage tank and steel ground storage tank�and distribution piping of 1-inch to 12-inch diameter. The ground storage tank is one of two methods of maintaining�pressures during fire flows. The second method is opening and throttling a valve that connects the two distribution�systems. Water from groundwater wells is chemically treated with chlorine prior to distribution. Webster Field�s�groundwater usage averages 17,300 gallons per day (1,013 Coast Guard, 16,274 NAWCAD) (2018-2019). Wastewater: The NAS Patuxent River wastewater systems consist of all appurtenances physically connected to the�collection system from the points of demarcation to the end of the wastewater treatment system discharge pipe at�Webster Field, or at the connection point of the base-owned force main in to the publicly owned treatment works�(POTW) collection systems for the main base and NRC Solomon. The system includes, but is not limited to, gravity�pipelines, force mains, manholes, lift stations, valves, meters, controls, and a packaged wastewater treatment plant�and is divided into three parts: a) NAS Patuxent River main base, b) Solomons, and c) Webster Field. There also is�an off-base housing complex, Glenn Forest, that has a sewer system to be included. The wastewater collection system at the main base consists of approximately 33 miles of gravity sewers (from 2-inch to 24-inch diameters), seven miles of force mains (from 1-inch to 14-inch diameters), manholes, lift stations,�grinder stations, and an ejector station. Process wastewater and sanitary wastewater is not treated onsite but is�discharged from NAS Patuxent River via a lift station and 18-inch diameter force main to St. Mary�s County�Metropolitan Commission (MetCom) Marley-Taylor Water Reclamation Facility (WRF) for treatment and final�disposal. The discharge is in compliance with a MetCom-issued Industrial Wastewater Contribution Permit.�Wastewater is monitored at the lift station and metered by a Parshall Flume prior to discharge to a flow equalization�basin at the MetCom WRF. Average flow discharged to MetCom is 569,000 gallons per day. The Solomons wastewater collection system consists of gravity sewers, force mains, and lift stations. Wastewater�collected on the installation is pumped off-site to the wastewater treatment plant in Solomons, Maryland, owned�and operated by Calvert County, Maryland. The gravity system contains approximately 5 miles of pipe ranging in�size from 6-inch to 24-inch diameter with 8-inch being the most common size. The force main system contains�slightly more than one-half mile of pipe sized 6-inch and 8-inch diameters. All of the wastewater flows to a single lift�station to be pumped to the Calvert County wastewater treatment plant. Flow is monitored at this main pump�station and recorded daily averaging 65,100 gallons per day. The Webster Field wastewater system consists of approximately 2.5 miles of gravity sewers, 3 miles of force main,�lift stations, grinder stations, and manholes. The gravity system pipes are 4-inch to 8-inch�diameters. The force�mains range in size from 4-inch to 8-inch diameters. Webster Field�s domestic wastewater is treated at the baseowned�wastewater treatment plant. Wastewater treatment is performed by a sequencing batch reactor that utilizes�the Bardenpho process, ultra-violet (UV) disinfection, and filtration. The daily flow, metered at the tertiary filter,�averages 12,725 gallons per day. Treated effluent is�discharged to St. Mary�s River in compliance with the National�Pollutant Discharge Elimination System (NPDES) permit. 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 requires a DUNS Number, a�current registration in the System for Award Management (SAM), a Contractor and Government Entity (CAGE)�Code, a login.gov account, and Joint Certification Program (JCP) Certification. The process to obtain the required�elements can be somewhat lengthy, therefore interested parties are encouraged to begin the process as soon as�possible. To acquire a DUNS number call 1-866-705-5711 or visit the Dun & Bradstreet (D&B) website https://fedgov.dnb.com/webform/displayHomePage.do to register or search for a DUNS number. Users are required to be registered in SAM. A CAGE Code is also created through the SAM registration process at�https://www.sam.gov/SAM/ . For those currently registered in SAM, verify that all information is correct and current. Users must create a login.gov account in beta.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. 1. To link to an existing login.gov account a. From https://beta.SAM.gov/ go to sign in on the toolbar. b. Enter your email address and password for your existing login.gov account. c. You will then receive an email to associate your existing login.gov account with beta.SAM. You will now�use this login.gov account to sign into beta.SAM.gov. New users will be asked to complete their beta.SAM.gov profile. 2. To create a new login.gov account a. From https://beta.SAM.gov/ go to sign in on the toolbar b. Select create an account c. Enter your email d. You will receive a link with a security code via email. Go to the link and enter that security code and�press continue. e. Create your password. Press continue. f. Select the method by which you wish to receive one-time security codes in the future. Note: The�recommended method is Text message/SMS. As part of the registration process, you will be prompted�to select a second authentication method. 3. Once your login.gov user account is created, sign in at beta.SAM.gov and navigate to the solicitation using�the �Search Contract Opportunities� link. a. Click on a controlled attachment to initiate your request for access. b. A �Secure Attachment� message will appear stating �You are not on Authorized Parties List. To get�added to the Authorized Parties List Contractors must submit DD Form 2345 or you can request for�Request access.� c. Enter your �Reason for Access� and click Submit. You will be notified of the response to your request. d. Please note that you will now need to request access for each attachment individually � one request�will not provide access to all controlled attachments. 4. DLA Energy will review the request for access and the JCP certification of the requestor. Parties who already�have JCP Certification are encouraged to verify their information in the JCP system at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx.� Incorrect information may result in rejection�of request and delays in access to controlled documents. 5. Instructions for obtaining JCP certification or for correcting a current JCP certification are as follows: a. Applicants for JCP certification are required to have a current DUNS Number, SAM registration, CAGE�Code, and login.gov account b. Download the DD Form 2345, Military Critical Technical Data Agreement by clicking on a controlled�attachment in the solicitation listing or by accessing the form through the link on https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ or directly at�https://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf c. Complete the DD Form 2345 and submit a hard copy of the original form, together with all required�documentation, to the Defense Logistics Information Service (DLIS), U.S./Canada Joint Certification�Program (JCP), at the address listed on the form. Alternately, the completed, signed, and dated DD�Form 2345 can be emailed as a .pdf file with supporting documentation to: jcp-admin@dla.mil.��Please note that delays may be incurred if forms and/or required documentation are incomplete or�incorrect. d. Notify the DLA Energy Solicitation POCs of your request submission together with company name and�CAGE Code used on the request form. e. JCP will return an approved and signed certified form, which will include your certification and�expiration date. f. For assistance with the DD Form 2345 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 g. Once approval is received, it can take up to 24 hours for the JCP information to reach all systems. 6. Once you receive the approved DD Form 2345 from the Joint Certification Office, verify your status and�ensure all information is correct and matches the SAM registration for the same CAGE Code at�https://public.logisticsinformationservice.dla.mil/jcp/search.aspx . 7. Follow the steps for requesting access to controlled documents in #3, above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/401920ece072478fa74e9bf21cf21984/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN05592317-F 20200319/200317230153 (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 |
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.