Privatization of the Water and Wastewater Utility Systems at U.S. Army Garrison West Point, NY

expired opportunity(Expired)
From: Federal Government(Federal)
SPE600-15-R-0810

Basic Details

started - 30 Sep, 2019 (about 4 years ago)

Start Date

30 Sep, 2019 (about 4 years ago)
due - 14 Oct, 2019 (about 4 years ago)

Due Date

14 Oct, 2019 (about 4 years ago)
Award

Type

Award
SPE600-15-R-0810

Identifier

SPE600-15-R-0810
Defense Logistics Agency

Customer / Agency

Defense Logistics Agency
Defense Logistics Agency

Supplier

American Water Military Services LLC (CAMDEN) Awarded: Sep 30, 2019Contract Value : $519,632,928.00

Attachments (20)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Jul 24, 2015 12:00 pmModified:Dec 03, 2015 7:22 amTrack ChangesThe Defense Logistics Agency Energy (DLA Energy), in conjunction with the United States Army, is offering the privatization of the Water (NAICS 221310) and Wastewater (NAICS 221320) utility systems at U.S. Army Garrison West Point, New York.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(s). UP will be accomplished in accordance with 10 U.S.C. §2688 - Utility Systems: Conveyance Authority.As a result of this solicitation, the firm(s) will be selected to assume ownership of the Water and Wastewater utility systems. The new owner shall operate and maintain the system(s) 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(s). 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(s) owner's responsibility. The Contractor shall manage the maintenance, repairs, replacement, etc., of the system(s) 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(s) 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 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.A Sources Sought Notice for this requirement was previously publicized under solicitation number SPE600-15-R-0807 on January 27, 2015. 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 Arthur Everette at Arthur.Everette@dla.mil, or Daniel Ferry at daniel.2.ferry@dla.mil to be added to our offeror mailing list.A copy of the solicitation will be available on or after August 19, 2015, via the Federal Business Opportunity (FBO) system (https://www.fbo.gov).Secure DocumentsAs 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 SiteTo 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.dlis.dla.mil/JCP/forms/DD2345Form.pdf.b) Fill out the DD 2345 and submit a hard copy of the original form, together with all required documentation, to the Defense Logistics Information Service (DLIS), U.S./Canada Joint Certification Program (JCP), at the address listed on the form.c) JCP will return an approved and signed certified form, which will include your certification and expiration date. Please note that delays may be incurred if forms and/or required documentation are incomplete or incorrect.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, DLIS. Contact information is available at http://www.dlis.dla.mil/jcp/team.aspx. 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.The Pre-proposal Conference will be held at U.S. Army Garrison West Point on October 19, 2015. The Water and Wastewater utility systems Site Visits will be held from October 21-22, 2015.Registration requests for all Offerors who wish to attend the Pre-proposal Conference and Site Visits must be submitted to Arthur Everette at Arthur.Everette@dla.mil or Daniel Ferry at Daniel.Ferry2@dla.mill no later than September 23, 2015 by 5:00 PM ET.Requests should include the following information for each individual planning to attend: First Name, Last Name, Company Name, and confirm which Utility System(s) you plan to visit. At any time, Offerors may request additional site visits through the Contracting Officer. Offerors will be responsible for submitting the above information in order to obtain access to the installation to attend the Preproposal Conference and Site Visits. Details regarding exact location will be provided upon registration.***********************************Amendment 0001 hereby deletes and and replaces Standard Form 33 (SF 33) in its entirety, to reassign Daniel G. Ferry as the Contracting Officer as indicated in Block 7.***********************************Amendment 0002 corrects labeling errors. As such, TABLE J.1-1, List of Attachments, Exhibits, and Reference Documents, is deleted in its entirety to rename JA1- Potable Water Utility System & JA2- Wastewater Utility System.In addition, the Utility Specific Attachments- JA1- Potable Water Utility System & JA2- Wastewater Utility System are hereby deleted and replaced in their entirety with JA3- Potable Water Utility System and JA4- Wastewater Utility System in the Federal Business Opportunities (FBO) Secure Site. This is a clerical correction in form only; it does not impact the contents of these Utility Specific Attachments.***********************************Additional Site VisitsWest Point will be available for additional site visits by appointment only during the following weeks:Week 1: Nov 16th - Nov 20thWeek 2: Nov 30th - Dec 4thWeek 3: Dec 7th - Dec 11thRequests for additional site visits must be made at least one (1) week in advance of the week you wish to attend.Requests must be submitted via email to the site visit coordinator, Carly Dubernas (carly.dubernas@dla.mil) and the Contracting Officer, Daniel Ferry (daniel.ferry2@dla.mil). Although your request doesn’t guarantee a reservation, the Government will attempt to accommodate your request to the maximum extent practicable. All site visits must be concluded by close of business on December 11th.The following information must be included in your request:- The week that you would like to attend- Name of each attendee (as it appears on his/her driver's license)- Specific name(s) and the location(s) of the specific site(s) to be visited- If requesting site visits on more than one (1) day, please provide an itemized breakdown per visit, to identify locations and attendees, in order to help the Government facilitate your site visit requestYou will receive initial confirmation upon receipt of your site visit request, and a follow on reservation confirmation containing your site visit itinerary.Offerors are strongly advised to await receipt of the reservation confirmation from DLA Energy concerning the requested site visit schedule before making any travel arrangements.Offerors are reminded to base proposals on the information provided in the RFP (including the Section JAs), the technical library, and the official written responses to industry questions that shall be posted on FedBizOpps. Your site visit escort(s) will only permit access to the specific utility infrastructure requested. Any verbal response provided during a site visit is considered unofficial. If a prospective offeror would like a written response to a question posed during a site visit, the question must be submitted in a written request to the Contracting Officer and a response will be provided.***********************************Amendment 0003 hereby deletes and replaces Section L.3.4, Electronic Proposals, in its entirety.***********************************Questions and Answers Set #1 (Q&A Set#1) and additional Technical Library information are posted in the secure section of this notice.Added:Jul 24, 2015 12:00 pmModified:Feb 12, 2016 2:02 pmTrack ChangesThe Defense Logistics Agency Energy (DLA Energy), in conjunction with the United States Army, is offering the privatization of the Water (NAICS 221310) and Wastewater (NAICS 221320) utility systems at U.S. Army Garrison West Point, New York.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(s). UP will be accomplished in accordance with 10 U.S.C. §2688 - Utility Systems: Conveyance Authority.As a result of this solicitation, the firm(s) will be selected to assume ownership of the Water and Wastewater utility systems. The new owner shall operate and maintain the system(s) 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(s). 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(s) owner's responsibility. The Contractor shall manage the maintenance, repairs, replacement, etc., of the system(s) 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(s) 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 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.A Sources Sought Notice for this requirement was previously publicized under solicitation number SPE600-15-R-0807 on January 27, 2015. 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 Arthur Everette at Arthur.Everette@dla.mil, or Daniel Ferry at Daniel.Ferry2@dla.mil to be added to our offeror mailing list.A copy of the solicitation will be available on or after August 19, 2015, via the Federal Business Opportunity (FBO) system (https://www.fbo.gov).Secure DocumentsAs 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 SiteTo 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.dlis.dla.mil/JCP/forms/DD2345Form.pdf.b) Fill out the DD 2345 and submit a hard copy of the original form, together with all required documentation, to the Defense Logistics Information Service (DLIS), U.S./Canada Joint Certification Program (JCP), at the address listed on the form.c) JCP will return an approved and signed certified form, which will include your certification and expiration date. Please note that delays may be incurred if forms and/or required documentation are incomplete or incorrect.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, DLIS. Contact information is available at http://www.dlis.dla.mil/jcp/team.aspx. 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.The Pre-proposal Conference will be held at U.S. Army Garrison West Point on October 19, 2015. The Water and Wastewater utility systems Site Visits will be held from October 21-22, 2015.Registration requests for all Offerors who wish to attend the Pre-proposal Conference and Site Visits must be submitted to Arthur Everette at Arthur.Everette@dla.mil or Daniel Ferry at Daniel.Ferry2@dla.mill no later than September 23, 2015 by 5:00 PM ET.Requests should include the following information for each individual planning to attend: First Name, Last Name, Company Name, and confirm which Utility System(s) you plan to visit. At any time, Offerors may request additional site visits through the Contracting Officer. Offerors will be responsible for submitting the above information in order to obtain access to the installation to attend the Preproposal Conference and Site Visits. Details regarding exact location will be provided upon registration.***********************************Amendment 0001 hereby deletes and and replaces Standard Form 33 (SF 33) in its entirety, to reassign Daniel G. Ferry as the Contracting Officer as indicated in Block 7.***********************************Amendment 0002 corrects labeling errors. As such, TABLE J.1-1, List of Attachments, Exhibits, and Reference Documents, is deleted in its entirety to rename JA1- Potable Water Utility System & JA2- Wastewater Utility System.In addition, the Utility Specific Attachments- JA1- Potable Water Utility System & JA2- Wastewater Utility System are hereby deleted and replaced in their entirety with JA3- Potable Water Utility System and JA4- Wastewater Utility System in the Federal Business Opportunities (FBO) Secure Site. This is a clerical correction in form only; it does not impact the contents of these Utility Specific Attachments.***********************************Additional Site VisitsWest Point will be available for additional site visits by appointment only during the following weeks:Week 1: Nov 16th - Nov 20thWeek 2: Nov 30th - Dec 4thWeek 3: Dec 7th - Dec 11thRequests for additional site visits must be made at least one (1) week in advance of the week you wish to attend.Requests must be submitted via email to the site visit coordinator, Carly Dubernas (carly.dubernas@dla.mil) and the Contracting Officer, Daniel Ferry (daniel.ferry2@dla.mil). Although your request doesn’t guarantee a reservation, the Government will attempt to accommodate your request to the maximum extent practicable. All site visits must be concluded by close of business on December 11th.The following information must be included in your request:- The week that you would like to attend- Name of each attendee (as it appears on his/her driver's license)- Specific name(s) and the location(s) of the specific site(s) to be visited- If requesting site visits on more than one (1) day, please provide an itemized breakdown per visit, to identify locations and attendees, in order to help the Government facilitate your site visit requestYou will receive initial confirmation upon receipt of your site visit request, and a follow on reservation confirmation containing your site visit itinerary.Offerors are strongly advised to await receipt of the reservation confirmation from DLA Energy concerning the requested site visit schedule before making any travel arrangements.Offerors are reminded to base proposals on the information provided in the RFP (including the Section JAs), the technical library, and the official written responses to industry questions that shall be posted on FedBizOpps. Your site visit escort(s) will only permit access to the specific utility infrastructure requested. Any verbal response provided during a site visit is considered unofficial. If a prospective offeror would like a written response to a question posed during a site visit, the question must be submitted in a written request to the Contracting Officer and a response will be provided.***********************************Amendment 0003 hereby deletes and replaces Section L.3.4, Electronic Proposals, in its entirety.***********************************Questions and Answers Set #1 (Q&A Set#1) and additional Technical Library information are posted in the secure section of this notice.***********************************Amendment 0004 hereby deletes Utility-Specific Attachments JA3- Potable Water Utility System, dated June 2015, and JA4- Wastewater Utility System, dated June 2015, in their entirety and replaces them with Utility-Specific Attachments JA3, Potable Water Utility System, dated December 2015, and JA4, Wastewater Utility System, dated December 2015, respectively.Questions and Answers Set #2 (Q&A Set#2) and additional Technical Library information are posted in the secure section of this notice.The due date for proposals remains as January 26, 2016, in accordance with Standard Form 33, Block 9, of the solicitation.***********************************Amendment 0005 hereby extends the due date for proposals from January 26, 2016 to February 16, 2016. Questions and Answers Set #3 (Q&A Set#3) and additional Technical Library information are posted in the secure section of this notice.JR2: Technical Evaluation Categories has been posted to this notice.***********************************Questions and Answers Set #4 (Q&A Set#4) and additional Technical Library information are posted in the secure section of this notice.***********************************Amendment 0006 hereby updates the following Parts of the RFP: Part I, The Schedule, Part II, Contract Clauses and Part III, List of Documents, Exhibits and Other Attachments.***********************************Questions and Answers Set #5 (Q&A Set#5) and additional Technical Library information are posted in the secure section of this notice.***********************************Questions and Answers Set #6 (Q&A Set#6) is posted in the secure section of this notice.

U.S. Army Garrison West Point West Point,    New York    10996 United StatesLocation

Place Of Performance : U.S. Army Garrison West Point

Country : United States

Classification

221 -- Utilities/221310 -- Water Supply and Irrigation Systems
naicsCode 221310Water Supply and Irrigation Systems
pscCode SLandscaping/Groundskeeping Services