Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
SOURCES SOUGHT

S -- Base Notice: Utility Privatization of the Natural Gas Distribution Utility System at Fort Polk, Louisiana-SPE600-12-R-0825

Notice Date
6/5/2012
 
Notice Type
Sources Sought
 
NAICS
221210 — Natural Gas Distribution
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SPE600-12-R-0825
 
Point of Contact
Yazmin Mendoza, Phone: 7037671233, Farheena J Khan, Phone: 703-767-4512
 
E-Mail Address
yazmin.mendoza@dla.mil, farheena.khan@dla.mil
(yazmin.mendoza@dla.mil, farheena.khan@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency Energy (DLA Energy) seeks to identify and obtain information from responsible sources in connection with the privatization of Natural Gas utility system (NAICS 221210) at Fort Polk, Louisiana. 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 all right, title, and interest of the United States in the utility system(s). Utility 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 the ownership interest of the system, operation, and maintenance. The new owner shall operate and maintain the system and provide utility service to the Government. The Contractor 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 utility system new owner's responsibility. 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 September 2012 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. 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 4:00 pm EST on June 25, 2012. Responses are preferred via email, but hard copies and facsimiles will also be accepted At a minimum, t he statement of interest shall address the following criteria: (1) capability and experience in the ownership and/or leasing, operation, and maintenance of Natural Gas 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 for which the utility is located; (5) a primary point of contact, including phone number and email address; and (6) business size (other-than-small, small, or a subcategory of small business) relative to the NAICS code 221210. The potential opportunity for set-asides for small businesses and small disadvantaged businesses will be considered on the basis of the responses received. Installation Description The Fort Polk Military Installation (Fort Polk or Polk) is located in Vernon Parish in west-central Louisiana. The Army owns approximately 100,009 acres of land at the Main Post and at the Peason Ridge Training Area, located about 15 miles north of the Main Post. The Installation also maintains a small site on the eastern shore of Toledo Bend Reservoir that is used as a recreation site for military personnel and their families. Additionally, the Army utilizes about 98,125 acres of land owned by the U.S. Forest Service (USFS). The Main Post has two distinct developed areas that contain buildings, motor pools, and other facilities. These areas are known as the North and South Fort Cantonment areas or North Fort and South Fort. Real Property records indicate there are 2,384 buildings on Fort Polk (1,679 permanent; 255 semi-permanent; and 450 temporary). These buildings enclose a total of 15,572,096 square feet (SF) of floor space. Included in these totals are 1,163 permanent family housing buildings containing 3,424 family dwelling units encompassing a total of 6,955,318 SF. Additional installation information may be located at: http://www.jrtc-polk.army.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-12-R-0825/listing.html)
 
Place of Performance
Address: Address: Fort Polk, Louisiana, Postal Code: 71459, Country: United States, Fort Polk, LA 71459, United States, Fort Polk, Louisiana, 71459, United States
Zip Code: 71459
 
Record
SN02766243-W 20120607/120605235007-90daead344bf512824b57dd2c731d7a9 (fbodaily.com)
 
Source
FedBizOpps 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.