Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2008 FBO #2319
SOLICITATION NOTICE

S -- Privatization of Water Distribution and Wastewater Collection Utility Systems at Aberdeen Proving Ground - Edgewood, MD

Notice Date
3/31/2008
 
Notice Type
Solicitation Notice
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, VA, 22060-6222, UNITED STATES
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-08-R-0804
 
Archive Date
4/30/2008
 
Point of Contact
Jordan Salata, Contract Specialist, Phone 703-767-8131, Fax 703-767-2382, - Douglas Smith, Contract Specialist, Phone 703-767-2397, Fax 703-767-2382
 
E-Mail Address
jordan.salata@dla.mil, Douglas.G.Smith@dla.mil
 
Description
General Information Document Type: Presolicitation Notice Solicitation Number: SP0600-08-R-0804 Posted Date: March 31, 2008 Classification Code: S -- Utilities and housekeeping services NAICS Code: 221310 - Water Distribution 221320 - Wastewater Collection Contracting Office Address Defense Energy Support Center 8725 John J. Kingman Rd., Suite 3830 Fort Belvoir, VA 22060-6222 Description DESC: The Defense Energy Support Center (DESC), in conjunction with the Assistant Chief of Staff for Installation Management (ACSIM), Northeast Region (NERO), plans to offer the privatization of the water and wastewater distribution systems at Aberdeen Proving Ground - Edgewood, MD. 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 DESCRIPTION: Aberdeen Proving Ground (APG) is located in Harford County midway between Baltimore, Maryland, and Wilmington, Delaware. It occupies more than 72,500 acres in Harford County, Maryland. The installation is served by two major arteries, U.S. Route 40 and Interstate 95, both of which connect with the New Jersey Turnpike and the Baltimore-Washington Expressway. Opened in 1917, Aberdeen Proving Ground ? Edgewood Area (APG?EA) is the Army?s oldest active proving ground. APG?EA is home to the U.S. Army Test and Evaluation Command, and is home to approximately 50 tenant activities with a daytime population of about 10,000. 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. Description of Facilities: The utility systems consist of the following estimated Capital assets: A. Potable Water System Description The APG-EA potable water system consists of all appurtenances physically connected to the system. The system may include, but is not limited to, water source treatment facilities, pump stations, pipelines, valves, fire hydrants, storage facilities, and meters. The actual inventory of items sold will be conveyed to the Contractor using the Bill of Sale at the time the system is transferred. Water Source APG-EA is supplied potable water from two sources. One source is the Winters Run River and the other is from Harford County. The water from Winters Run River is withdrawn from the river, treated and supplied to the water system. Water from Harford County is supplied as potable water and is directly supplied to the water distribution system without any further treatment. Winter Run River Water Supply On the Winters Run River is a small dam, Van Bibber Dam. The dam has an approximate height of 15 feet. The dam backs up water in the river so it can be withdrawn through the plant?s intake structure into the APG-EA water treatment plant. Van Bibber Dam consists of an ogee weir, outlet structure, and a fish ladder. The dam provides very little reservoir storage capacity. The dam and water treatment plant were initially constructed in the 1940s. The design capacity of the water treatment plant is 4.0 MGD; however, due to equipment constraints the actual capacity is nearer 2.0 MGD. The average daily water production at the plant is approximately 1.0 MGD. The plant is manned 24 hours per day, 7 days a week. The plant is manually operated but has a SCADA system that provides information to the plant operators. The system provides turbidity of the inlet and finish water, headloss across each sand filter, operating status of finish water pumps, and the water level in the Hanson Reservoir. Distribution System Facilities within the boundary of APG-EA are supplied with potable water by the network of water pipes. All potable water supplied to APG-EA is via the 10-, 14-, and 24-inch lines from Hanson Reservoir. The pressure reducing valves on each of the supply lines near the northern edge of APG-EA reduce the pressure to 55 psi as it enters the APG-EA water distribution system. The potable water distribution system is interconnected at various locations to create a looped distribution network. Most of the lines were installed in the 1940s and only minor additions or upgrades have been made to the system since then. The system is considered to be in poor to average condition with some section of lines considered to be in unacceptable condition. Generally, there are an adequate number of water valves at the pipe junctions to isolate sections of pipes for maintenance. However, many of the valves are reported to be in poor condition. The valves in the 5000 area are reported to be in unacceptable condition. Recently, many of the repairs to the water system have been completed under pressure, as isolation valves that would normally isolate the line could not be closed. B. Wastewater System Description The wastewater system at APG-EA consists of collection lines, lift stations with force main, and a wastewater treatment plant. At some of the outlying facilities wastewater flows to septic tanks, and drain fields for treatment and disposal. The actual inventory of items sold will be conveyed to the Contractor using the Bill of Sale at the time the system is transferred. Collection Lines The wastewater generated generally flows from the facility to gravity collections lines where it flows to the wastewater plant located in the southeast portion of APG-EA. Some collection lines flow to lift stations where the wastewater is pumped to a gravity line through which it flows to the wastewater treatment plant. Most of the wastewater lines at APG-EA were installed in the early 1940s. The most common type of collection pipe material is vitrified clay and the most common pipe diameter is 8 inches. Since the 1940s only minor areas have been added and there have been only minor upgrades within the system. From 1988 through 1995, approximately 30 percent of the collection lines have been relined. The wastewater collection system consists of pipe sizes raging from 1.5 inches to 30 inches. The total length of the pipes is 39.5 miles. The Contractor shall comply with all applicable federal, state, and local regulations governing the operation of the water and wastewater distribution systems. Real property interests will be conveyed in the form of an Easement as an attachment to the resultant contract. 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 solicitation. All responsible sources are encouraged to submit an offer. All ?other than small? businesses shall submit a subcontracting plan with their offer. Interested sources shall contact Jordan Salata at Jordan.Salata@dla.mil to be added to our mass bidders E-mail list. A copy of the solicitation will be available, after issuance - on or after April 15, 2008, on FedBizOpps (www.fbo.gov) and the DESC webpage at: http://www.desc.dla.mil/DCM/DCMPage.asp?pageid=246. The Contracting Officer for this procurement is Martha Gray. She may be contacted by phone at 703-767-9415 or by E-mail at: Martha.Gray@dla.mil Points of Contact Mr. Doug Smith, Lead Contract Specialist, Phone (703) 767-2397, Fax (703) 767-2382, E-mail at Douglas.G.Smith@dla.mil. Mr. Jordan Salata, Contract Specialist, Phone (703) 767-8131, Fax (703) 767-2382, E-mail at Jordan.Salata@dla.mil. Ms. Martha Gray, Contracting Officer, Phone (703)767-9415, Fax (703)767-2382, E-mail at Martha.Gray@dla.mil. Place of Performance Location: Aberdeen Proving Ground - Edgewood, MD Postal Code: 21005 Country: USA NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DESC/SP0600-08-R-0804/listing.html)
 
Place of Performance
Address: Aberdeen Proving Ground - Edgewood, MD
Zip Code: 21005
Country: UNITED STATES
 
Record
SN01545408-F 20080402/080401073029 (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.