Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2017 FBO #5790
MODIFICATION

S -- Joint Base Myer-Henderson Hall, VA/DC and Arlington National Cemetery, VA Utilities Privatization - Solicitation 1

Notice Date
9/28/2017
 
Notice Type
Modification/Amendment
 
NAICS
221310 — Water Supply and Irrigation Systems
 
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
SPE60017R0805
 
Response Due
1/12/2018 3:00:00 PM
 
Archive Date
1/27/2018
 
Point of Contact
Carl Silverstone, Phone: 7036171408, Heather M. Thomas, Phone: 7036171485
 
E-Mail Address
carl.silverstone@dla.mil, heather.m.thomas@dla.mil
(carl.silverstone@dla.mil, heather.m.thomas@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
JR2 Tech Eval Categories JR1 Army Sample Bill of Sale JA47 NDA Offeror and Northrop Grumman Tech Services, Inc. JA47 NDA Offeror and Mantech Information Systems and Tech Corp JA47 NDA Offeror and Guernsey JA46 Sample Contract Table J.1-1 JA45 Subcontracting Plan JA42 Army B Schedules and Price Data Sheets JA41 Wage Determinations JA40 Schedule Examples FP-EPA Contracts JA39 Past Performance JA38 Federal Equivalents JA04 JB Myer-Henderson Hall Wastewater JA04 Fort McNair Wastewater JA04 ANC Wastewater JA03 Joint Base Myer-Henderson Hall Water JA03 Fort McNair Water JA03 ANC Water Request for Proposal Solicitation SPE60017R0805 DLA Energy, in conjunction with the United States Army, plans to offer the privatization of the Water (NAICS 221310) and Wastewater (NAICS 221320) utility systems at Joint Base Myer-McNair, Henderson Hall, Virginia and District of Columbia, and Arlington National Cemetery, Virginia. Utilities Privatization (UP) is defined as the transfer of ownership and responsibility to a municipal, private, regional, district, or cooperative utility company or other entity, for the operations, maintenance, repair, future upgrades, and future utility systems replacements. The conveyance may consist of all right, title, and interest of the United States in the utility system. UP will be accomplished in accordance with 10 U.S.C. §2688 - Utility Systems: Conveyance Authority. As a result of this solicitation, the firm will be selected to assume ownership of the Water and Wastewater utility systems. The new owner shall operate and maintain the systems and provide utility services to 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 system. 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 owner's responsibility. The Contractor shall manage the maintenance, repairs, replacement, etc., of the system 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 system in a safe, reliable condition and to meet the requirements listed in the contract. Real property interests will be conveyed in the form of a Right to Access or an Easement as a reference to the resultant contract. The utility systems 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. A Sources Sought Notice for this requirement was previously publicized under solicitation number SPE600-17-R-0805 on May 17, 2017. The Sources Sought Notice has closed and market research is complete. This requirement will be unrestricted. All responsible sources are encouraged to submit an offer. Other-than-small businesses are required to submit a subcontracting plan with their offer. Interested sources may contact Carl Silverstone at Carl.Silverstone@dla.mil, Bonnie Sheehan at Bonnie.Sheehan@dla.mil, or Heather M. Thomas at Heather.M.Thomas@dla.mil, to be added to our offeror mailing list. A copy of the solicitation will be available no later than September 29, 2017, via the Federal Business Opportunity (FBO) system (https://www.fbo.gov). Secure Documents As this requirement will be an unrestricted, competitive action, several of the solicitation documents will be posted as "secured" on the Federal Business Opportunity ("FedBizOpps" or "FBO") website. In order to view those documents, vendors will need to obtain special access. The process of obtaining access is somewhat lengthy, therefore all interested vendors are encouraged to begin that process as soon as possible. Instructions for obtaining access are provided below. Instructions for access to the FBO Secure Site To access the secured, but unclassified, documents in the FBO system, vendors must follow these instructions: 1. Register in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/. For assistance with SAM, please contact the SAM help desk. Contact information is available at https://www.fsd.gov/. 2. Once registered in SAM, go to the FBO website at https://www.fbo.gov/ and log in. Verify your SAM registration within the FBO system. For assistance with FBO, please consult the FBO Vendor Guide, which is available at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. 3. After your SAM registration is verified in the FBO system, please follow the steps as outlined below: a) Begin by clicking on the secured document link, which should then provide you with the corresponding link for the DD Form 2345, Military Critical Technical Data Agreement. The DD2345 is also available at: http://www.dtic.mil/whs/directives/forms/eforms/dd2345.pdf. b) Fill out the DD 2345 and submit a hard copy of the original form, together with all required documentation, to the U.S./Canada Joint Certification Office, at the address listed on the form. c) The Joint Certification Office will return an approved and signed certified form, which will include your certification and expiration date. d) For assistance with the DD2345, or to inquire about the acceptability of electronic provision of documentation, please contact the U.S./Canada Joint Certification Office. Contact information is available at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/#. DLA Energy is not involved in the approval process and cannot provide assistance with processing. e) Once approval is received, it can take up to 24 hours for the JCP information to reach all systems. 4. Once you receive the approved DD2345 from JCP, and have verified your status on the JCP website, enter the FBO system and click on the secure document link. The FBO system will require you to enter your MPIN. If you are not prompted to enter a MPIN, please contact the FBO help desk. Contact information can be found at https://www.fsd.gov/. a) The MPIN is a mandatory data element created by the SAM registrant which must have nine characters [consisting of at least one letter (upper or lower case) and one number, with no spaces or special characters permitted] b) The MPIN allows access to related acquisition systems (i.e. ORCA and PPIRS). It also validates access to sensitive, but unclassified, documents associated with a notice posted to FBO. 5. Following verification of the MPIN in FBO, vendors must then submit a request for explicit access to the secure documents through the FBO system by clicking on the secure document line, then clicking the "Request Explicit Access" button. Upon requesting explicit access in the FBO system, vendors should send an email notification to the DLA Energy personnel assigned to the procurement, so that they can approve the request in the FBO system. Vendors will receive an email once the access request has been approved by DLA Energy. Once the MPIN has been verified in the FBO system and explicit access has been granted, vendors will be able to enter the system and view the secure documents. Place of Contract Performance: Joint Base Myer-McNair, Henderson Hall, and Arlington National Cemetery Virginia and District of Columbia United States Contracting Office Address: Defense Logistics Agency DLA (Lorton) DLA Energy - FEE (Utility Services Division) 8725 John J. Kingman Road, STP 10400 Fort Belvoir, VA 22060-6221 Primary Point of Contact: Carl Silverstone Contracting Officer Email: Carl.Silverstone@dla.mil Phone: (703) 617-1408 Secondary Points of Contact: Bonnie Sheehan Contract Specialist Bonnie.Sheehan@dla.mil Phone: (703) 617-1439 Heather M. Thomas Contract Specialist Heather.M.Thomas@dla.mil Phone: (703) 617-1485 The Solicitation has been released. PRE-PROPOSAL CONFERENCE & SITE VISITS: A pre-proposal conference for industry is scheduled for October 20, 2017 at 1:00PM local time. Site visit for the Water and Wastewater Systems will be held on October 24, 2017 on Joint Base Myer-Henderson Hall at 9:00AM local time. Site visit for Arlington National Cemetery will be held on October 25, 2017 at 9:30AM local time. Offerors must register for this conference and site visits via email by contacting the points of contact listed in Blocks 7 and 8 of the SF 33. Details regarding exact location and security requirements will be provided upon registration. Registration requests for all Offerors who wish to attend the Preproposal Conference and Site Visit(s) must be submitted to the points of contact listed in Blocks 7 and 8 of the SF 33. Requests should include the following information for each individual planning to attend: 1. Full Name (first, middle, last) 2. Company Name 3. Phone Number 4. Email Address In order to make the conference as productive as possible, offerors are requested to submit any questions in writing (electronic email is preferred) at least 5 working days in advance of the conference to the points of contact listed in blocks 7 and 8 of the SF33.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE60017R0805/listing.html)
 
Place of Performance
Address: Joint Base Myer-Henderson Hall, DC, VA, Arlington National Cemetery, VA, Arlington, Virginia, 22211, United States
Zip Code: 22211
 
Record
SN04698382-W 20170930/170928231747-86f749e1b997fc2fa62331d06518f422 (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.