Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2011 FBO #3484
SOLICITATION NOTICE

V -- TOWING SERVICES OF GOVERNMENT OWNED BARGES FOR DECOMMISSIONED NUCLEAR REACTOR COMPARTMENTS

Notice Date
6/7/2011
 
Notice Type
Presolicitation
 
NAICS
483211 — Inland Water Freight Transportation
 
Contracting Office
N00406 FISC PUGET SOUND WA 467 W. STREET BREMERTON, WA
 
ZIP Code
00000
 
Solicitation Number
N0040611R1206
 
Response Due
8/2/2011
 
Archive Date
8/17/2011
 
Point of Contact
TACY NORDLANDER 360-476-4508 TACY NORDLANDER, PHONE: 460-476-4508; FAX: 360-476-8701; EMAIL: TACY.NORDLANDER@NAVY.MIL.
 
E-Mail Address
tacy.nordlander@navy.mil
(tacy.nordlander@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Fleet and Industrial Supply Center Puget Sound intends to solicit, in support of Puget Sound Naval Shipyard (PSNS), for marine towing services to transport shipments containing radioactive material and dangerous waste from Puget Sound Naval Shipyard, Bremerton, WA to the Port of Benton, near Richland, WA. There are 4 different Government owned barges that may be used ranging from 230-250 feet long by 60-68 feet beam by 15 feet deep. Barge drafts usually range between 6 and 7 feet when loaded. Range of barge gross weights is 1775 tons to 2142 tons. Each shipment shall consist of one barge with deck mounted cargo. A typical submarine package weights between 1,000 and 1,680 short tons, is approximately 38 to 45 feet long, about 33 feet in diameter, and is nearly cylindrical in shape. Each package meets the U.S. Department of Transportation criteria for a Type B package and is classified as an exclusive use shipment. Anticipate 3 shipments occurring between approximately March 1 and October 31, 2012 and 2 shipments each in 2013 and 2014. Services are required for a base period of performance with the possibility of (2) one year option periods. The acquisition will be solicited anticipating award of a Firm, Fixed-Price Requirements type service contract. This shall be an unrestricted solicitation utilizing FAR Part 15 best value trade off process. Based upon market research this is not a commercial (FAR Part 12) acquisition. This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil. The anticipated posting date of the solicitation is on or about 29 June 2011 with a closing on 2 August 2011. Complete specifications to be included in the solicitation. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. Prospective offerors should register themselves on the NECO website. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. All responsible sources may submit a bid, proposal or quotation which shall be considered by FISCPS. Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr.gov. All questions regarding this solicitation should be submitted to the Contract Specialist, Tacy Nordlander, Code 250TN, fax: 360-476-8701, or email: tacy.nordlander@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040611R1206/listing.html)
 
Record
SN02466535-W 20110609/110607235333-0b20d130276b2db293e771193e9c6ee5 (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 |
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.