Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

V -- Dedicated Barge Transportation Services  East Gulf

Notice Date
3/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
483211 — Inland Water Freight Transportation
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-05-R-0018
 
Response Due
4/5/2005
 
Archive Date
6/4/2005
 
Point of Contact
Luis A. Pagan, 703-428-2010
 
E-Mail Address
Surface Deployment and Distribution Command - W81GYE
(paganl@sddc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Headquarters, Military Surface Deployment and Distribution Command (SDDC), intends to solicit and negotiate a competitive contract for the transportation of Department of Defense-owned bulk jet fuel (JP5 and JP8) and marine diesel (F76), by tug a nd barge between all ordered United States ports and points on the Gulf of Mexico and the Lower Mississippi River and their connecting waterways and tributaries, as specified by the Contracting Officer, in support of the Defense Energy Office-Houston (DEO- HU). Contractor supplied equipment and crews must be available exclusively to the Government at all times, 24 hours per day, 7 days per week, for transporting cargo to and between the points stipulated or as may be directed by the Government, or to stand b y at an origin, destination, or intermediate point as necessary and specified by the Government. The Contractor shall furnish all supplies, materials, equipment, and personnel necessary to perform the services incidental to the operation of the equipment l isted below: Barge: Two barge tows, each with a total calibrated capacity of not less than 50,000 barrels. Each tow must consist of either two individual 25,000 barrel barges, or not more than three barges total, one of which has a capacity of at least 25 ,000 barrels. Maximum loaded draft for all tows is not to exceed 8.5 feet. On-Call Tow: These services will be ordered separately as priced within the Schedule of Rates. The government will have the option to add additional tows or terminate existing on- call tows as traffic patterns change. The contractor must provide for one additional tow when requested by the government with a minimum of 15 days notice. The equipment ordered will be in service on a month-by-month basis thereafter. Barge Equipment: Al l barges shall be equipped with the following: Cargo Pumping System: A cargo pumping system with necessary hoses and connections capable of completely discharging and stripping the cargo tanks without outside power or assistance from the shore. The averag e load/discharge rate for all destinations shall be a minimum of 2,000 barrels per hour (BPH) at a pressure of 100 pounds per square inch (PSI) from the barge manifold including quantities stripped from cargo tanks. This effectively means that the total ca rgo shall be loaded/discharged as a minimum, in time represented by the total cargo stated in barrels divided by 2,000 barrels per hour. An independent cargo tank stripping system, capable of stripping all but a maximum of 2 barrels of product per cargo ta nk, not to exceed 10 barrels for the entire barge. The discharge rate during tank stripping operations may be less than the minimum rates stipulated above. A water stripping system, separate from the cargo tank stripping system, for removal of residual wat er, prior to discharge of cargo. All water and cargo tank stripping and discharge lines shall be fully visible from the deck. Permanent gauge point marks with reference height stenciled to the deck or compartment hatch, certified calibration charts not ex ceeding eight years in age (provided that no structural alterations have been performed subsequent to the calibration date), trim correction tables and legible draft markings. Barges shall be recalibrated as needed at the Contractors expense during the co ntract period. Barges with stainless steel or epoxy-coated tanks are preferred, but barges with uncoated tanks may be offered. For the purpose of this contract, any commercial epoxy coating impervious to petroleum products, except coal tar epoxy, is suita ble. Steel valves shall be an integral part of all barges used in the performance of this contract. Spill rails are required on all barges. When required, the Contractor shall provide 200 feet of sectional fuel delivery hose and various coupling attachment s necessary for over-the-water fuel loading to ships. The Contractor is liable for any damage or loss resulting from faulty equipment or caused by Contractor n egligence. The tug for each tow offered must have between 1,500 and 2,100 HP, and be suitable in design and power to properly navigate the lower and upper Mississippi River, the Tombigbee and Arkansas Rivers, and the Gulf Intra-coastal Waterway. The Contra ctor shall own the equipment performing the transportation service or the Contractor shall have the equipment under long-term lease for the duration of the contract period to include the base year and all option years which will be verified by the Governme nt at the time of contract award. The Freight Carrier Registration Program (FCRP) replaces the Carrier Qualification Program (CQP) for approval to participate in the transportation of Department of Defense (DOD) freight Shipments. In order to transport DO D freight, carriers must comply with the requirements of the FCRP as well as requirements of Department of Transportation Title 49, Code of Federal Regulations (DOT 49 CFR). In order to access FCRP go to http://www.sddc.army.mil, click on 'Doing Business with SDDC', and then click on related links/FCRP, on the right hand side. Carrier must be Registered and Comply with the FCRP before award. Notice: If two or more offers from qualified small business concerns are received this solicitation shall be converted to a 100 percent set-aside for small business concerns, as defined by the clause 52.219-6 of the Federal Acquisition Regulation (FAR). In such event clause FAR 52.219-6 (NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE JUL 96) shall be considered incorporated by reference. Notwithstanding the possibility of a small business set-aside, the procurement remains unrestricted and large businesses may o ffer. If a minimum of two offers from qualified small business concerns are not received by the closing date and time of initial proposals award will continue to be made on the basis of full and open competition from among all responsible business concerns , large and small, submitting offers. 'Qualified' is defined herein as a small business concerns eligible for award in accordance with FAR 19.3, and their prices are considered fair and reasonable. The North American Industry Classification System (NAICS) code 483211 - Inland Water Freight Transportation, has been determined to be applicable to this requirement. This effort will be awarded as a Fixed Price contract with a one-year base period and fou r one-year option periods. The base year is expected to begin 1 September 2005. The solicitation is expected to be posted on or about 14 April 2005 with an expected closing date of 17 May 2005, and will identify the exact date and location for the pre-prop osal conference. The solicitation will be posted at the following website https://acquisition.army.mil/asfi (ASFI). This web posting will constitute the official copies of the solicitation; no paper copies will be made available. The Points of Contact for this effort is Mr. Luis A. Pagan, Contact Specialist, Telephone: (703) 428-2010, email: paganl@sddc.army.mil or Mr. Raymond A. Jones, Contracting Officer, jonesray@sddc.army.mil; Telephone: 703-428-2034. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/MTMC/DAMT01/W81GYE-05-R-0018/listing.html)
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
Country: US
 
Record
SN00772889-F 20050323/050321212716 (fbodaily.com)
 
Source
FedBizOpps.gov 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.