Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2005 FBO #1167
SOLICITATION NOTICE

S -- PRIVATIZATION OF THE ELECTRIC AND WATER DISTRIBUTION AND WASTEWATER COLLECTION UTILITY SYSTEMS AT FORT LEWIS ARMY INSTALLATION, WASHINGTON

Notice Date
2/3/2005
 
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-0021(a)
 
Response Due
5/19/2005
 
Archive Date
6/3/2005
 
Description
DESC: The Defense Energy Support Center (DESC), in conjunction with the United States Army, plans to offer the privatization of the electric, water and wastewater utility systems at Fort Lewis, Washington. 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 system 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. Offerors 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 System being privatized is described as follows: Installation: Fort Lewis, Washington Installation Description: Fort Lewis, one of the U.S. Army largest and most modern, consists of 87,000 acres located approximately 15 miles south of Tacoma, Washington. Founded in 1917, the Installation was named after Captain Meriwether Lewis, leader of the historic Lewis and Clark Expedition of 1803. Today, Fort Lewis is home to I Corps, 4th ROTC Region, 2nd Battalion, 7th Rangers, 1st Special Forces Group and Madigan Medical Center. 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. Electrical Distribution System Fort Lewis currently purchases its electrical power requirements from the Tacoma City Utilities (TCU) through four (4) separate primary delivery points located within the Installation?s main cantonment area. All three (4) delivery points are supplied from TCU?s 110 kV Boise Cascade/Fort Lewis Loop transmission system. The Installation?s distribution system consists of four (4) 100 kV / 13.8 kV substations, 96.2 circuit miles of overhead (OH) primary distribution line and 52.1 circuit miles of underground (UG) primary distribution line. With regard to the four (4) substations, TCU owns the 110 kV switching, protective equipment and the power transformers and Fort Lewis owns the secondary structures, bus-works, voltage regulators and metal-clad switchgear. The primary distribution system consists of a total of twenty-one (21) 13.8 circuits. The majority of the distribution circuits are configured with loop tie switches to neighboring circuits. The distribution system is primarily OH conventional open wire pole-line construction with pole-mounted transformers. However, there is also a substantial amount of UG primary construction, utilizing duct type construction practices. Water Treatment and Distribution System Fort Lewis? potable water system includes eight (8) active, two (2) standby wells, the Sequalitchew Springs, a raw water pumping station, a WTP, a booster pump station, a pressure reducing station, an elevated storage tank, eleven (11) ground-level storage tanks and the water distribution lines. The raw water taken from the Sequalitchew Springs and the wells is chlorinated, fluoridated and a corrosion inhibitor is added before the water enters the distribution system. Fort Lewis redistributes the treated water throughout the Main Post, North Fort and Davis Hill service areas via 718,388 linear feet (136 miles) of asbestos cement, cast iron, ductile iron, and polyvinyl chloride (PVC) pipe, ranging in size from less than 2 to 16-inches in diameter. The 500,000 gallon elevated storage tank was constructed in 1960 and repaired in 1979 and 1995. There are also eleven (11) ground-level storage tanks: one (1) 200,000 gallon tanks (constructed in 1949 and repaired in 1979 and 1995), five (5) 500,000 gallon tanks (constructed in 1949 and repaired in 1979), one (1) 500,000 gallon tank (constructed in 1965 and repaired in 1979), two (2) 750,000 gallon tanks (constructed in 1949 and repaired in 1979), and two (2) 840,000 gallon tanks (constructed in 1953 and repaired in 1979 and 1995). Wastewater Collection and Treatment System Fort Lewis? wastewater utility system includes 501,400 linear feet (95 miles) of underground wastewater collection lines, 1,674 manholes, 35 relatively small sewage life stations and a secondary wastewater treatment plant (WWTP). The wastewater collection lines include vitrified clay, concrete or reinforced concrete, and polyvinyl chloride (PVC) pipe, ranging in size from 4 to 36-inches in diameter. The wastewater is collected and conveyed primarily via the gravity system with the help of 35 relatively small sewage lift stations to the WWTP. On average, the 7.6 million gallon per day (MGD) WWTP treats 4.3 MGD of domestic and industrial wastewater collected from the Main Post, North Fort, Camp Murray, the VA Hospital, Clover Park Schools, McChord AFB, DuPont Village, Northwest Landing and Madigan Army Medical Center. Initially constructed in 1955 as a primary treatment facility, the WWTP was upgraded in 1974 to provide secondary treatment. Fort Lewis? WTP includes two (2) mechanically cleaned bar screen, a grit chamber, four (4) primary clarifiers, two (2) trickling filters, (2) secondary clarifiers, three (3) anaerobic digestors, one (1) sludge thickener tank and sludge drying beds. 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 E. Montrez Nicholson (montrez.nicholson@dla.mil) or Angela Mattox (angela.mattox@dla.mil) to be added to our bidder mailing list. The solicitation will be available on or after February 18, 2005. A copy of the solicitation will be available after issuance on the Internet at the below listed URL. LINKURL: http://www.desc.dla.mil/DCM/DCMPage.asp?pageid=246 LINKDESC: http://www.desc.dla.mil EMAILADD: montrez.nicholson@dla.mil
 
Place of Performance
Address: Fort Lewis Army Installation, Fort Lewis, Washington
Zip Code: 98433
Country: USA
 
Record
SN00744868-W 20050205/050203211552 (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.