Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660

MEDCOM Contracting Center, Attn: MCAA-C, 2107 17th Street, Building 4197, Fort Sam Houston, TX 78234-5015

S -- WATER DISTRIBUTION AND WASTEWATER COLLECTION SYSTEMS, UTILITIES PRIVATIZATION PURSUANT TO 10 USC 2688 SOL W81JXP0206N608 POC Contract Specialist Robert M. Barnea (210) 221-5773, Contracting Officer Maria M. Moncada, (Site Code DADA10) WEB: Under construction, Under construction.. E-MAIL: Click here to contact the contract specialist via, robert.barnea@cen.amedd.army.mil. Fort Sam Houston, Texas, (FSH) seeks a company or companies, (Owner) to own, operate, maintain, renew and expand (privatize), the potable water pumping, treatment, storage and distribution systems (Water System), the wastewater collection and treatment systems (Wastewater System), and to contract with that Owner to distribute potable water and collect waste water within FSH, Camp Bullis, Texas, (CB), and Canyon Lake Recreation Area, Texas, (CLRA) boundaries. FSH, CB, and CLRA each produce, treat, store and distribute all of their potable water requirements. The FSH Water System consists of five water supply wells capable of 14 million gallons per day (MGD), with an average production rate of 3.1 MGD, that pump water from the Edwards Aquifer through two chlorination/ floridation treatment buildings (FSH aquifer pumping rights will be retained by the government.). FSH treated water is stored in two elevated storage tanks, each with a capacity of 1 million gallons, and distributed through approximately 442,000 linear feet of mains. Some of the buildings on FSH have been designated as historical. PVC piping has been used to replace the original ductile iron when replacements were required. Annual usage is estimated to average 780 million gallons. The CB Water System consists of three water supply wells capable of 0.19 MGD, with an average production rate of 0.08 MGD, that pump water from the Glen Rose Aquifer through two chlorination/ floridation treatment facilities. CB treated water is stored in two elevated storage tanks, with a total capacity of 0.450 million gallons, and distributed through 46,000 linear feet of mains. The CLRA Water System includes a water supply well capable of 90 thousand gallons per day (KGD), with an average daily production rate of 3.2 to 8.4 KGD, that pumps from the Glen Rose Aquifer, through an ion exchanger and chlorine/fluoride/corrosion inhibitor injector treatment facility. CLRA treated water is stored in a 20 thousand gallon in ground storage tank, and distributed through approximately 7,000 linear feet of mains. Each installation also collects all of their wastewater. FSH collects wastewater through approximately 262,000 feet of mains and one lift station and disposes of it into 22 connections to the adjacent City of San Antonio sewer system. CB collects wastewater through approximately 43,000 feet of mains and five lift stations and disposes of it through its own wastewater treatment plant. The CB wastewater treatment plant is an activated sludge package plant, designed for a daily flow of 0.69 MGD and a two peak flow of 2.38 MGD of influent, with an average treatment rate of 0.065 MGD. CLRA collects wastewater through approximately 5,000 feet of mains and disposes of it through its own wastewater treatment plant. The CLRA wastewater treatment plant is an aeration plant permitted for 0.0125 MGD with a pretreatment holding tank for daily discharges in excess of permitted capacity, with an average treatment rate of 0.010 MGD. Offerors will be required to prepare a proposal identifying their proposed sustainable system quality standards, the cost of remediation to achieve those standards, the offered system purchase price, and the proposed distribution and/or collection charges for each. Net system purchase credits or debits will be amortized over an offered period. Potential offerors are not required to be a regulated utility. The Owner must meet and/or conform to all applicable Federal, State, and local, laws, codes, rules and regulations. The FSH Water System and Wastewater System will be offered together as an inseparable package. The remaining Water Systems and Wastewater Systems, at CB and CLRA, will each be offered for award as a separable system. Award will be made based on comparison between our estimated cost of continued ownership and the best acceptable offeror's proposal for economic savings. If it is determined there are not economic savings to the Government, the Government may retain ownership and operation of some or all of the individual Water and Wastewater Systems.RFIs for other utility systems may be issued during the same time frame. Interested parties should submit a separate response for each RFI. Please send your statement of interest in this RFI as a written response to: MEDCOM Contracting Center MCAA-C-FAC, Attn: Robert Barnea, 2107 17th St., Fort Sam Houston, TX 78234-5015. Our POC e-mail is: Robert.Barnea@cen.amedd.army.mil, by facsimile at (210) 221-4123, or by telephone at (210) 221-5773. Statement of interest should be submitted no later than 4:00 P.M. CST, 24 AUG 00. Posted 08/07/00 (W-SN483222). (0220)

Loren Data Corp. http://www.ld.com (SYN# 0112 20000809\S-0013.SOL)

S - Utilities and Housekeeping Services Index  |  Issue Index |


Created on August 7, 2000 by Loren Data Corp. -- info@ld.com