SOLICITATION NOTICE
S -- Privatization of U.S. Army Owned Wastewater Collection and Treatment Services at Pohakuloa Training Area (PTA) and Kilauea Military Camp (KMC), on the Island of Hawaii.
- Notice Date
- 1/14/2005
- Notice Type
- Solicitation Notice
- NAICS
- 221320
— Sewage Treatment Facilities
- Contracting Office
- ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-05-R-0020
- Response Due
- 2/23/2005
- Archive Date
- 4/24/2005
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Garrison Hawaii is pursuing a privatization requirement to provide wastewater collection and treatment services at Pohakuloa Training Area (PTA) and Kilauea Military Camp (KMC), on the Island of Hawaii in accordance with 10 USC 2688, Ut ility Systems: Conveyance Authority and Department of Defense Reform Initiative Directive #49, Privatizing Utility Systems, dated 23 December 1998. Should privatization prove to be economical, a firm will be selected to purchase and assume ownership of t he above-mentioned utility system. The successful firm will be required to improve the present system to meet industry standards. The resulting contract, if awarded, will require the Contractor to furnish all facilities, labor, materials, tools, and equi pment necessary to own, maintain, operate, repair/replace, and upgrade the utility system to ensure continuous, adequate, and dependable service for each Government or tenant connection within the service area. The Contractor shall be responsible for fund ing all capital investments required to acquire and upgrade the utility system. This requirement includes the following systems and locations: KMC is located on the Island of Hawaii in Volcano National Park and is used as a vacation retreat facility for military families and Federal employees. KMC operates throughout the year with v arying levels of occupancy. Support facilities at KMC include general administrative facilities, logistics buildings, maintenance facilities, and vacation cabins. The flows for KMC vary from 360 to 870 Kgal/month. We anticipate the flow will increase by 20% within the next 10 years. PTA is an Army training facility located on the Island of Hawaii, sits on the slopes of the Mauna Kea volcano at an elevation of approximately 6,400 feet above sea level. Used by all military services in Hawaii, PTA is one o f two training facilities in Hawaii (the other being Kahuku Training Area) where live fire exercises are allowed. The PTA wastewater system services the administrative, logistical, and maintenance support functions, as well as military soldiers while tr aining exercises are taking place. The flows for PTA vary from 240 to 1920 Kgal/month. We anticipate the flow will increase by 33% within 10 years. Both locations will require the conversion of large capacity cesspools to onsite wastewater treatment sys tems. The system shall treat wastewater to R-1 effluent quality or better. These services shall be provided in accordance with all local and federal requirements. The Government shall not be held responsible for the cost of a partys expression of interest or, if formal requests for proposals are issued, the cost of an offerors proposal. Qualified and interested sources shall provide a statement of interest to the following address: Regional Contracting Office, Hawaii, (ATTN: SFCA-PRH-P); fax (808) 438-6563; or e-mail arakakid@shafter.army.mil no later than February 23, 2005. The statement of interest shall be on company letterhead (not to exceed 10 pages in len th) and shall include as a minimum the following information: (1) understanding of federal, state (to include Hawaii Revised Statutes, Chapter 269, and local laws and regulations affecting utilities in the State of Hawaii; (2) familiarity and experience w ith the State of Hawaii and the U.S. Environmental Protection Agency, Region 9, environmental wastewater systems; (3) capability and experience in the ownership, operation, and maintenance of wastewater systems; (4) financial capacity to purchase, expand, and operate wastewater systems; (5) business size and status such as disadvantaged, 8(a) or HUBZone; corporate affiliation; potential joint venture parties; teaming partners and/or major subcontractor or prime; and (6) company name, address, point of conta ct, phone number and e-mail address, The governments intent is to award a Firm Fixed Price with Price Redetermination contract for a 15-year base period wi th one pre-priced 10-year option period. This procurement is unrestricted. A firm is considered small business if, including its affiliates, revenue is less than $6 million dollars. The small business revenue size standard is $6.0 million. Please direc t any questions or concerns to Darlene Arakaki, Contract Specialist at 808-438-6535 extension 202 or email at Darlene.Arakaki@shafter.army.mil or Steven Umeda, Contracting Officer, at 808-438-6535, extension 195 or e-mail to Steve.Umeda@shafter.army.mil. The issue date for this solicitation is estimated to be on or about April 2005. The proposal due date is estimated to be 90 days after issuance of the solicitation. The actual proposal due date will be specified in the solicitation.
- Place of Performance
- Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
- Zip Code: 96858-5025
- Country: US
- Zip Code: 96858-5025
- Record
- SN00735295-W 20050116/050114212046 (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 |