SOLICITATION NOTICE
V -- Towing of the Vessel FERDINAND R HASSLER - SF-1449
- Notice Date
- 7/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488330
— Navigational Services to Shipping
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133M-10-RB-9050
- Archive Date
- 8/17/2010
- Point of Contact
- Sharon S. Kent, Phone: (206) 526-6035
- E-Mail Address
-
sharon.s.kent@noaa.gov
(sharon.s.kent@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- AB133M-10-RB-9050, SF1449 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation from which bids are being requested, and a written solicitation will not be issued. This announcement is an Invitation for Bid (IFB). The solicitation number is AB133M-10-RB-9050 and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-44 dated 07/08/10. The resulting contract will be a firm-fixed price type contract for vessel towing. The period of performance commences with contract award and concludes with vessel delivery no later than fifteen (15) days later. This procurement is 100% set-aside for small businesses. The NAICS code is 488330 which has a size standard of $7 million. Contract Line Item Number (CLIN) 0001 - The contractor must provide a firm fixed price for 1 lump sum to tow the NOAA Vessel FERDINAND R HASSLER from its current berth at the Singing River Port in Pascagoula, MS to the Marine Operations Center - Atlantic in Norfolk, VA in accordance with the following: INTENT - 1.0 To provide towing of the NOAA Vessel FERDINAND R. HASSLER from Singing River Island, Pascagoula, MS, to NOAA Marine Operations Center-Atlantic at Norfolk, Virginia. 1.1 - Check Points are exercised throughout this item at one or more locations. They are identified by the inclusion of the phrase or nomenclature {** CHECK-POINT **} inserted in, or after the sentence describing the appropriate location where an inspection is desired by the COTR. Check-Points are to be executed as indicated in Reference 2.1. 2.0 REFERENCES - 2.1 NOAA Standard Specification S0100; Implementation and Conduct of Check Points 3.0 REQUIREMENTS - 3.1 General - 3.1.1 Towing must take place at a mutually agreeable date, i.e. not earlier than the date the contract is awarded and not later than five days after the date the contract is awarded. 3.1.2 The contractor must provide all towing vessels, towing permits, pilotage, auxiliary towing services, line handlers, and all certificates required to move the vessel from Singing River Island Pier at Pascagoula, MS, to NOAA Marine Operations Center-Atlantic, 439 West York St., Norfolk, VA 23510. Copies of the permits and certificates must be provided to the COTR no later than three days after contract award. ** CHECK-POINT ** 4.0 PROVIDE COPIES OF PERMITS AND CERTIFICATES - 4.1 the contractor must comply with all applicable regulatory requirements of the U.S. Coast Guard (USCG). 4.2 The contractor must furnish and install all towing equipment. The towing equipment must be fitted with a retrieval pendant and sufficient chafing gear to prevent structural damage to the ship during towing operations. Wire pendants, if installed and rigged to double bitts, must have metal retaining brackets installed. 4.3 At least two (2) working days before the start of the tow, the contractor must provide the COTR with written evidence of broad form towing liability insurance coverage to cover loss of or damage to the ship and its equipment during the towing period. ** CHECK-POINT ** 5.0 PROVIDE WRITTEN EVIDENCE OF BROAD FORM TOWING LIABILITY INSURANCE - 5.1 The contractor must furnish, install and maintain the towing shapes of a sufficient type and quantity to satisfy all applicable rules for a towed vessel. The contractor must display the shapes in accordance with all applicable inland and international rules. 5.2 The contractor must provide the COTR with a Towing Plan at least seventy two (72) hours prior to the ship's departure from the original berth. ** CHECK-POINT ** 6.0 PROVIDE TOWING PLAN - 6.1 The Towing Plan must contain sufficient information needed to verify compliance with this specification and other contract requirements. Included must be the proposed towing arrangement showing attachment points and methods and a complete description of the towing rig. 6.2 The towing speed must at no time exceed ten (10) knots in calm conditions (wind waves or swells less than two (2) feet) and must at no time exceed eight (8) knots in a seaway (wind waves or swells greater than two (2) feet) or in waters less than twenty five (25) feet deep. 6.3 The contractor must secure all loose gear, lock and secure rudders and shafts, secure all weather deck watertight fittings and secure all watertight doors and hatches. The contractor must be responsible for all preparations required to tow the ship. 6.4 The contractor must fill bottom ballast tanks as required to establish sufficient reserve stability for towing. If it is necessary to ballast fuel tanks, fresh water must be used. 6.5 To the extent practical, the ships existing fittings, equipment and mooring bits may be used to attach towing rigs. However, the contractor is responsible for insuring that all tow attachments have sufficient structural strength and integrity to handle the loads without damage. Any damage which occurs to the ship or its equipment must be repaired by the contractor. 6.6 If necessary to provide for a safe tow, the contractor must install additional fittings for attaching the towing rigs. Whenever this is necessary or whenever the contractor must perform other work on the ship, the following must apply: 6.6.1 the contractor must verify that a safe atmosphere exists in and about any closed compartment prior to commencement of any work in that compartment. 6.6.2 The contractor must provide hot work notices, gas free certificates and fire watch standers equipped with fire extinguishers prior to starting and during all hot work. The fire watch standers must remain at their work site for at least thirty (30) minutes after completion of the hot work. The contractor must provide copies of all gas free certificates to the COTR. ** CHECK-POINT ** 7.0 PROVIDE COPIES OF ALL GAS FREE CERTIFICATES - 7.1 No one must be permitted to board the ship during towing operations unless directed to or authorized to do so by the Government or unless required by an emergency situation. 7.2 Prior to starting the tow, the contractor must perform a "Pre-tow Ship Inspection" in company of the COTR to verify the adequacy and completeness of preparations and to ensure that the ship is in all respects ready for safe towing. ** CHECK-POINT ** 8.0 VERIFY THE ADEQUACY AND COMPLETENESS OF PREPARATIONS TO ENSURE THAT THE SHIP IS IN ALL RESPECTS READY FOR SAFE TOWING - 8.1 The contractor must be responsible for determining the type, size and horsepower rating of the towboat or tug required to safely tow the ship. However, the towboat or tug must have a minimum of one hundred (100) SHP for each one hundred and fifty (150) tons of displacement of the towed ship, or twelve hundred (1,200) SHP, whichever is greater. The NOAA ship FERDINAND R HASSLER can be expected to displace approximately 726 Metric (726) Tons without ballast. 8.1.2 The contractor must provide a Marine Surveyor from the American Bureau of Shipping (ABS) to conduct an inspection of the towing preparations and evaluate the methods and rigs to be used during the towing operations. Except for preparations specifically stated to be the Government's responsibility, the contractor must make all changes and preparations recommended by the Marine Surveyor. 8.1.3 The contractor must provide and install an emergency towing bridle and pendant. The emergency bridle must be rigged similarly to the service bridle, except that the pendant must be lashed to the side in a manner that provides for rapid release by personnel who have boarded the ship at sea. The bridle must be fitted with a retrieval pendant and sufficient chafing gear to prevent structural damage to the ship during towing operations. The bitter end of the pendant must have a messenger line and a small buoy attached to facilitate pickup. 8.1.4 At no time will the ship be towed in any waters where the depth is less than that required to provide a minimum clearance of five (5) feet under the lowest underwater hull projection. 8.1.5 Provide daily noon position and status reports before 3:30 PM local time to the Government's Marine Operations Center, Atlantic (MOA) Operations Division, telephone (757) 510-6583 email chief.ops.moa@noaa.gov, during the period the ship is being towed. After 4:30 PM Norfolk, VA time, provide the noon report to the Marine Operations Center-Atlantic (MOA) Base Guard, telephone (757) 441-6524. ** CHECK-POINT ** 9.0 PROVIDE DAILY AND NOON POSITION STATUS REPORTS - 9.1 The contractor must, in the event of an emergency, provide emergency position and status reports. ** CHECK-POINT ** 10.0 IN THE EVENT OF AN EMERGENCY, PROVIDE EMERGENCY POSITION AND STATUS REPORTS - 10.1 In the event of an emergency, provide emergency position and status reports. 10.2 During regular federal working hours in Norfolk, VA. (8:00 AM - 4:30 PM Monday through Friday, federal holidays excepted) the emergency reports must be provided to the Marine Operations Center, Atlantic (MOA) Operations Division (see above). Outside of regular federal working hours, the reports must be provided to the Marine Operations Center, Atlantic (MOA) 10.2 Unmanned Ship The ship must be towed unmanned (without any persons being on board). 10.2.1 The contractor must provide, rig and maintain a safe means for personnel to board the ship from a boat in emergencies. 10.2.2 The contractor must provide, install and maintain temporary navigation lights of a sufficient type and quantity to satisfy all applicable navigation rules for a towed vessel. All lights must be of duel bulb/circuit or duel element design and powered by independent battery power sources. The contractor must operate the lights in accordance with all applicable inland and international navigation rules. 10.2.3 The contractor must provide and install a dual circuit automatic bilge flooding alarm systems consisting of two sensors and two amber flashing indicator lights in each of the following spaces: 5-4-1, 5-4-2, 3-28-1, 3-28-2, 5-38-1, 5-38-2. The flooding alarms must be powered by independent battery sources. One circuit must alarm when the water level in the space reaches 1 foot deep and the second light will alarm when the water level reaches 3 feet deep. Lights for each system will be mounted in a vertical line, in a location and of a design that is visible from the towing vessel. The light connected to the 1 foot alarm must be mounted below the light connected to the 3 foot alarm. 10.2.4 The contractor must provide on a temporary basis and install a reliable gasoline or diesel powered portable dewatering pump with eductor, hoses and a fuel container for emergency use. The capacity of the pump must be no less than two hundred fifty (250) gallons per minute (GPM) at a suction lift equal to the ship's freeboard. The fuel capacity must be sufficient to allow twenty four (24) hours of uninterrupted pumping. The contractor must stow the pump and lash it securely on a midship weather deck. Prior to starting the tow, demonstrate to the COTR the proper operation of the pump. ** CHECK-POINT ** 11.0 DEMONSTRATE TO THE COTR PROPER OPERATION OF THE PUMP - 11.1 The Government must provide the ship in a "dead ship" condition with all equipment, engines, pumps, power sources, hotel services and sea valves secured. 12.0 Test/Reports/Inspections - 12.1 At Check-Point 8 and 11 allow inspection of the work by the COTR or his/her designated representative. Provide a 24 hour advance notice to the COTR to avert production delays. Prepare a quality assurance report documenting the inspection and forward one copy of it to the COTR. 12.2 Provide copies of all required towing permits and certificates as required in Section 4 of this solicitation. 12.3 Provide written evidence of towing insurance as required in Section 5 of this solicitation. 12.4 Provide a Towing Plan as required in Section 6 of this solicitation. 12.5 Provide copies of hot work and gas free certificates as required in Section 7 of this solicitation. 12.6 Provide daily position and status reports as required in Section 8 of this solicitation. 12.7 Provide emergency position and status reports as required in Sections 9 and 10 of this solicitation. 12.8 Demonstrate operation of the dewatering pump to the COTR in accordance with Section 11 of this solicitation. Full text of the Federal Acquisition Regulations (FAR) noted within this synopsis/solicitation can be accessed on the Internet at www.arnet.gov/far; and Commerce Acquisition Regulation (CAR) clauses noted within this synopsis/ solicitation can be accessed on the Internet at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1352 [local clauses] noted. The following FAR provisions and clauses are applicable to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial (JUN 2008), applies to this acquisition. This competition is an Invitation to Bid (IFB). Award will be made to the lowest bidder found responsive and responsible with respect to the requirements of this solicitation. The following addenda apply to this clause: Offerors must include with their bid an originally signed SF-1449 with a completed price schedule that reflects a lump sum fixed price for all costs associated with towing the vessel from its current location at Singing River Port in Pascagoula, MS to NOAA's Marine Operations Center-Atlantic in Norfolk, VA no later than fifteen (15) days from the date of contract award. (CLIN 0001). All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR) and may register at the following web site: http://www.ccr.gov. This procurement requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The provision at 52.212-2, Evaluation-Commercial Items (JAN 1999), applies as follows: (a) The Government will award a contract to the lowest priced, responsive, responsible bidder. Bids will be evaluated in accordance with FAR 13.106. (b) A written notice of award or acceptance of a bid, mailed or otherwise furnished to the successful bidder within the time for acceptance, which unless specified otherwise is 20 days after bids are due, must result in a binding contract without further action by either party. Before the specified expiration time, the Government may accept a bid, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this acquisition. The following addenda apply to this acquisition: Agency level protest procedures can be found in full text at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1333. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APRIL 2010), applies to this acquisition. The following addenda apply to this acquisition: FAR clauses 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33, and 52.247-34. Bids are to be submitted to DOC/NOAA/AGO/WAD, Attn: Sharon Kent, 7600 Sand Point Way NE, Bin C15700, WC3, Seattle, WA 98115-6349 no later than August 2, 2010 at 2:00PM, Pacific Daylight Time. Bids received after the stated closing time will not be considered for award. For further information please contact Sharon Kent at email Sharon.S.Kent@noaa.gov. Facsimile (fax) or email bids are not acceptable. Proposals must be marked on the outside of the mailing package with the following information: SOLICITATION NO.: _____________________________ DATE FOR RECEIPT OF BIDS: ______________________ TIME FOR RECEIPT OF BIDS: __________ _PM OFFICE DESIGNATED TO RECEIVE BIDS: _____________ Offerors are responsible for submitting proposals, and any revisions, so as to reach the Government office designated, Western Acquisition Division's (WAD) office in Seattle, WA, by the time specified in the synopsis/ solicitation. Any package not marked or incorrectly marked for identification as a bid and is subsequently delivered late will not be considered for award. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR) and may register at the following web site: http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133M-10-RB-9050/listing.html)
- Record
- SN02216371-W 20100725/100723235533-53e67464eaa543ba7a0571843be70ada (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |