Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2004 FBO #0781
SOURCES SOUGHT

S -- Request for Interest - Wright Patterson AFB RFP

Notice Date
1/15/2004
 
Notice Type
Sources Sought
 
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
Reference-Number-011504WrightPatterson
 
Response Due
2/13/2004
 
Archive Date
2/28/2004
 
Point of Contact
Mily Le, Contract Specialist, Phone 703-767-2387, Fax 703-767-2382, - Terri Workman, Contract Specialist, Phone 703 767-8453, Fax 703 767-8757,
 
E-Mail Address
mily.le@dla.mil, Terri.Workman@dla.mil
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability of potential sources to privatize the applicable electric, natural gas, and water distribution and wastewater collection systems at Wright-Patterson Air Force Base, Ohio. Wright-Patterson AFB, located 10 miles east?northeast of Dayton in Greene County, Ohio, is headquarters for the Air Force Material Command (AFMC). The mission of the AFMC is to research, develop, test, deliver and logistically supports every Air Force weapon system. Wright-Patterson AFB occupies 8,145 acres with approximately 1,600 facilities on base plus 2,354 units of family housing. Electrical: Dayton Power and Light (DP&L) provides power to Wright-Patterson via a 69kV line. A secondary emergency delivery point is limited to 30 MVA. The on-base distribution system was installed in the late 1950s. The 69-kV transmission system delivers power to nine substations consisting of 69-kV circuit breakers, transformers and secondary switchgear. The overhead and underground distribution systems are in good condition, and the overhead system has generous excess capacity. Natural Gas: Gas is supplied to the base by DP&Lat11 metering stations at a maximum pressure of 45 psig. The on-base distribution system consists of approximately 131,000 linear feet of underground piping with numerous service regulators reducing line pressure at each building. The piping consists of approximately 68% polypropylene, 28% steel, and 2% cast iron. The entire distribution system has a weighted average age of 20 years. Wright-Patterson currently uses approximately 20% of the total system capacity. Potable Water: Water is obtained entirely from wells drilled into the aquifer underlying the base. The base is divided into three areas with each area having separate well, treatment facilities and distribution systems. Volatile organic chemical (VOC) contamination has been detected in almost all of the drinking water wells; the treatment process therefore includes VOC removal (through air stripping units), scaling control, chlorination and, for housing areas, fluoridation. Potable water is stored in both ground level and elevated reservoirs in each area of the base; each area has electric pumps to transfer water to elevated storage, as well as diesel pumps for emergency purposes. Excess capacity exists in all areas, with areas A, B, and C having excess capacities of 3.6 mgpd, 2.28 mgpd and 7.7 mgpd respectfully. Sanitary Wastewater: The wastewater collection system centralizes all waste at one point, where it is pumped by a non-base pumping station via a 20-inch main to its ultimate discharge into the City of Dayton collection system. The collection system consists of approximately 70% vitreous clay pipe and 30% sewer drainpipe; the average age of the collection system is 35 years. Approximately 0.8 mgpd excess capacity exists in this system. 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 Right of Way as an attachment to the RFP. The utility system(s) will be conveyed via a Bill of Sale upon award of the contract. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. HOWEVER, BE ADVISED THAT SOLICITATION ISSUANCE IS ANTICIPATED ON OR ABOUT APRIL 23, 2004. Vendors having the skills and capabilities necessary to perform the stated requirement are invited to provide information to contribute to this market survey/sources sought including, commercial market information and company information via e-mail or facsimile (703-767-2382) to Kimberly Binns, no later than February 13, 2004. Responses should include the following information: company name, address, point of contact, phone number and e-mail address; business size and disadvantaged, 8(a) or HUBZone status; corporate affiliations; potential joint venture partners, teaming partners, and or major subcontractor or (prime). Please specify which systems you are interested in and direct any questions or concerns to the Contracting Officer for this action: Terri Workman at terri.workman@dla.mil.
 
Place of Performance
Address: Wright-Patterson Air Force Base, Ohio
Zip Code: 45433
Country: USA
 
Record
SN00504376-W 20040117/040115211545 (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.