Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 4,1999 PSA#2254

CH2M Hill, Inc., 5339 Alpha Road, Suite 300, Dallas, TX 75240-7352

E -- PRIVATIZATION OF UTILITY SYSTEMS AT ROBINS AFB, GA DUE 013099 POC CH2M HILL Inc., (Contractor for the U.S. Air Force), 613 NW Loop 410, Suite 200, San Antonio, TX 78216, POC: Matt Tyler, Tel (210)377-3081 PRIVATIZATION UNDER 10 USC 2688, UTILITY SYSTEMS: CONVEYANCE AUTHORITY AT ROBINS AIR FORCE BASE, GEORGIA, SOL: N/A, DUE: 1/30/99 POTENTIAL SOURCES SOUGHT PURPOSE: The U.S. Air Force seeks to identify responsible potential sources and obtain information regarding to privatization of utility systems in accordance with 10 USC 2688, Utility Systems: Conveyance Authority. The Commander of Robins AFB is seeking interest and information specifically for the potential privatization of the electric, natural gas, potable water, and wastewater utility systems at Robins AFB, Georgia. OBJECTIVE: Should privatization result, the ownership of the Robins AFB utility systems, operation and maintenance, and obligation to continue to provide utility services for an indefinite and ongoing period will transfer to a utility service provider. All responsibility for maintaining reliable utility service, including environmental compliance, maintenance costs, major system renovations, construction, equipment, manpower and overhead costs, will become the utility service provider's responsibility. It is intended that the privatization will ultimately reduce the Air Force's life-cycle costs for operating and maintaining utility systems and services. ROBINS AIR FORCE BASE INFORMATION: Robins AFB is located approximately 18 miles south of Macon, Georgia. The site is located in Houston County and lies immediately east of the city of Warner Robins. Robins AFB comprises approximately 8,855 acres and supports approximately 17,000 military and civilian personnel working and living in approximately 1,500 buildings requiring utility services. The utility systems under study for privatiza-tion in this feasibility study are the Robins AFB electric, natural gas, water, and wastewater systems. UTILITY SYSTEM DESCRIPTION: The electric utility system includes approximately 25 miles of overhead and 98 miles of underground primary circuits at 12.47 kV and all associated components required to provide power and lighting to the entire base. The electricpower commodity is purchased from Georgia Power. The annual average consumption of electric power for FY98 was 272,151,708 kilowatt-hours, with peak of 51,156 kW occurring in July. The electric utility system also includes two 3.3 MW generators used for peak shaving. Also included in this feasibility study is a SCADA system currently used to provide real-time monitoring of 2 high-voltage substations and 12 industrial wastewater lift stations. The natural gas utility system includes approximately 38 miles of distribution piping and all associated components including 8 regulator stations. The natural gas commodity is purchased from the City of Warner Robins. The annual average natural gas usage is approximately 10 million therms. Also included as part of the natural gas utility system is a compressed natural gas station and propane air plant with a capacity of 4,000 therms per hour. The water utility system includes approximately 120 miles of distribution lines, storage capacity of 2,350,000 gallons in 5 water storage tanks, and all associated components required to provide potable water service to the entire base. The water commodity is obtained from 8 groundwater extraction wells permitted by the State of Georgia. Robins AFB has an average day demand of approximately 3.3 MGD with peak hour demand of approximately 6.6 MGD. Capacity of the water system is approximately 11.9 MGD but is limited by the current permit to 3.9 MGD The wastewater utility system includes approximately 120 miles of collection lines and all associated components, including 45 sanitary lift stations. The wastewater system also includes a wastewater treat plant with an capacity of 3.3 MGD. The current loading on the wastewater treatment facilities is approximately 1.1 MGD with a peak of 1.6 MGD. The wastewater system also includes the industrial wastewater collection and treatment system, which includes 10 miles of collection piping, 14 lift stations, and 2 industrial wastewater treatment plants. IWTP No. 1 has a design capacity of 0.65 MGD and receives an average flow of 0.24 MGD with a peak flow of 0.35 MGD. IWTP No. 2 has a design capacity of 0.46 MGD and receives an average flow of 0.10 MGD with a peak flow of 0.24 MGD. Also included in the industrial wastewater treatment system is a analytical laboratory for monitoring system performance. PROCEDURES: This request to interested parties is for gathering information and is a required component and systematic process to evaluate the interested parties under the Air Force's utilities privatization program. In order to minimize costs both to potentially interested parties and the government, this notice is being issued to determine the interest and feasibility of proceeding with a formal request for proposals. Should insufficient credible interest be identified for a privatization action, it is highly likely that no formal solicitation will be issued. SHOULD INTEREST BE DETERMINED SUFFICIENT, A FORMAL REQUEST FOR PROPOSALS MAY BE FORTHCOMING. Small business interests shall note the FAR Part 19 Standard Industrial Codes (SIC) and Size Standards for the utility systems identified in this announcement. Some, all, or any combination of the following may apply. SIC/SS: 4911/4Million (M) Megawatt hours, 4922/$5M, 4923/$5M, 4924/500, 4925/$5M, 4931/$5M, 4932/$5M, 4939/$5M, 4941/$5M, 4952/$5M, 4953/$6M, 4959/$5M, 4961/$9M, 4971/$5M. REQUESTED RESPONSE: Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length). The statement should include as a minimum the following criteria: (1) capability and experience in ownership, operation, and maintenance of similar utility systems; (2) financial capacity to purchase, expand, and operate the utility systems; (3) statement detailing the understanding of the obligation to serve regarding continuous utility service; (4) statement detailing the legal right to serve, own, operate, and maintain utility systems within state laws and an understanding of any applicable federal, territorial, and local utility laws, regulations, or franchise requirements affecting utilities in the territory, and capability of complying with such requirements; (5) conceptual rate plan (excluding numerical analysis or proposed rates), i.e., whether charges for utility service will be made from existing rates or from rates developed specifically for service at the base; (6) ideas regarding conjunctive metering and billing for service on base (excluding numerical analysis or proposed rates); (7) discussion of your conceptual basis (excluding numerical analysis or proposed prices) for a proposed purchase price (capitalized earnings value, replacement cost new less depreciation, original cost less depreciation, or other); (8) statement detailing the understanding of federal, territorial, and local environmental laws and regulations and familiarity and experience with environmental compliance procedures and regulations for the Georgia Environmental Protection Division (Georgia EPD) and the U. S. Environmental Protection Agency; (9) business size (large, small, small-disadvantage, 8(a), or women-owned); and (10) discussion of incentives or disincentives associated with bundling all or any combination of utilities under a single privatization package. Elaborate proposals or pricing information is neither required nor desired. Under no circumstances will cost data for the existing systems be provided. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. If a site visit and the provision of additional data are later determined necessary, notification will be provided by way of an amendment to this announcement. It should be noted that RFIs for different utility systems may be issued in the same time frame. A separate response to each RFI is required. The contractor point of contact is Matt Tyler (mtyler@ch2m.com), Tel (210) 377-3081. Posted 12/30/98 (W-SN284370). (0364)

Loren Data Corp. http://www.ld.com (SYN# 0016 19990104\E-0001.SOL)


E - Purchase of Structures and Facilities Index Page