Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,2000 PSA#2668

Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864

S -- PRIVATIZATION OF NATURAL GAS AT EGLIN AFB, HURLBURT FIELD, AND DUKE FIELD, FLORIDA SOL F08651-00-R-0088 DUE 091800 POC Tami Hodge, Contract Specialist, Phone 850-882-5072x5246, Fax 850-882-4916, Email tami.hodge@eglin.af.mil -- Bonnie Hochmuth, Contracting Officer, Phone 850-882-9188x5222, Email hochmutb@eglin.af.mil WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F08651-00-R-0088&LocID=1182. E-MAIL: Tami Hodge, tami.hodge@eglin.af.mil. Description: This United States Air Force (USAF) Presolicitation Notice has identified a requirement based on the Defense Reform Initiative Directive (DRID) #49, dated 23 DEC 98 and 10 USC 2688. which requires all DoD utility systems (electric, water, wastewater, and natural gas) to be privatized by 30 Sep 2003, except those needed for unique security reasons or when privatization is uneconomical. The authority of 10 USC 2688 does not include the sale of land associated with the privatization of the utility system. Pursuant to this directive, existing natural gas systems located at Eglin AFB, including Hurlburt Field and Duke Field, FL, which are not already privatized will be included in this acquisition. Further, the Government intends to solicit, negotiate, and award to a sole source, Okaloosa Gas District, P.O. Box 548, Valparaiso, FL 32580-0548, under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Government believes it appropriate to solicit and negotiate with only Okaloosa Gas District, for the following reasons: 1) Separate contracts (multiple contractors) would complicate lines of responsibility, increase response time, and adversely impact safety; 2) Gas distribution system safety and system reliability are the most critical concerns of the Air Force; 3) Ownership, operation, and maintenance of the Eglin Air Force Base natural gas system infrastructure by a single company will ensure that proper procedures can be developed to detect, identify, and prioritize hazardous or potentially hazardous conditions on the installation before they result in injury, property damage, or service interruption; 4) Commingled ownership of an integral system would also forseeably lead to disputes and delay in problem resolution; and 5) It is likely that award to any other source would result in a substantial duplication of costs to the Government. Natural gas is currently supplied to Eglin AFB, Hurlburt Field, and Duke Field by Okaloosa Gas District. Each base is already partially privatized with Okaloosa Gas District as the owner of major portions of the natural gas systems. Currently, natural gas for each base included in the acquisition is provided via approximately 80.45 miles of pipeline, of which the Air Force owns approximately 30%, or 24.45 miles. A breakdown of total mileage, AF-owned mileage, and Percentage of Mileage which is AF-Owned, respectively, is provided for each location as follows: Eglin AFB, FL (57.51 total miles, 16.69 miles, 29%), Hurlburt Field, FL (18.74 total miles, 7.19 miles, 38%), Duke Field, FL (4.20 total miles, 0.57 miles, 14%), and CUMULATIVE TOTALS FOR ALL LOCATIONS ARE: 80.45 TOTAL MILES, 24.45 AF-OWNED MILES, 30%. The resulting contract will require the Contractor to furnish all facilities, labor, materials, tools, and equipment necessary to own, and maintain and operate, the utility systems. The Contractor will be required to manage the maintenance, repairs, replacement, etc., of the systems to ensure continuous, adequate, and dependable service is distributed to each Government or tenant connection within the service areas. The Contractor will be responsible for funding all capital investments required to acquire, maintain and operate the utility systems in a safe, reliable condition and to meet requirements listed in the contract. Real property interests will be conveyed via a Bill of Sale upon award of the contract. The anticipated award date for this requirement is July 2001. The Government anticipates awarding a Fixed Price-Prospective Redetermination Utility Service 10-year contract. The SIC Code is 4939 and annual size standard is $5,000,000. Interested parties may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received within 30 days of publication. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions shall be submitted electronically to Tami Hodge at e-mail address tami.hodge@eglin.af.mil. Points of Contact: Tami Hodge, Contract Specialist, Phone 850 882-5072, Ext. 5246, Fax 850 882-4916, Email tami.hodge@eglin.af.mil, OR Bonnie Hochmuth, Contracting Officer, Phone 850 882-9188, Ext. 5222, Fax 850 882-4916, Email Posted 08/17/00 (D-SN487382). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0098 20000821\S-0008.SOL)

S - Utilities and Housekeeping Services Index  |  Issue Index |


Created on August 17, 2000 by Loren Data Corp. -- info@ld.com