Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOURCES SOUGHT

V -- One US FLAG to support providing critical sealift transportation

Notice Date
9/20/2017
 
Notice Type
Sources Sought
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk (N32205), Building SP-64, 471 East C Street, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-18-R-3501
 
Archive Date
10/18/2017
 
Point of Contact
Vivette Moore, Phone: (757) 443-5902, F. Carley Orvin, Phone: 757-341-4628
 
E-Mail Address
vivette.moore@navy.mil, franklin.orvin@navy.mil
(vivette.moore@navy.mil, franklin.orvin@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
18 September 2017 T H I S I S T H E M I L I TA R Y SE A L I F T COMMA N D, Tanker Performance (PM51), N103A MARKET SURVEY N O. PM5-VHM-0065 S U B J ECT: One US FLAG to support providing critical sealift transportation support to the Defense Logistics Agency for the over-ocean movement of DLA-purchased fuel stocks used to support ongoing military operations around the globe. T H I S I S A RE Q UEST F OR I N F ORMA T I O N O N L Y A ND Y O UR R E SP O N S E W I LL N OT B E CON S I DERED A N O F F ER. T H I S R E Q U EST F OR I N F ORMA T I O N D O ES NOT COM M I T T H E G O VE R NME N T TO P AY A N Y COSTS I NCUR R ED I N THE P REPA R A T I ON OR S U B M I S S I ON TO T H I S M ARKET SURVEY O R TO CO N TRACT F OR S ER V I CES. DELIVERY: FAR EAST, exact location to be determined REDELIVERY: Worldwide CHATER PERIOD: 1 year from contract date (01 February 2018 - 31 January 2018), with three (1) one year option years and one 11 eleven month option period. VESSEL(S) REQUIRED: One clean, U.S. flag, no later than upon delivery, (non-Jones Act acceptable IAW 46 U.S.C. § 12111), approved double hull tanker with Inert Gas System (IGS) and Segregated Ballast Tanks (SBT) that is capable of carrying a minimum of 310,000 BBLS of at least two clean petroleum products (intentions F76, JP8 and JA1) in designated cargo tanks with double valve isolation and with the following minimum particulars: a) RESERVED b) Vessel must be a party to the Oil Companies International Marine Forum's Ship Inspection Report (SIRE) System and owner must provide a current Q-88 with offer (no more than 60 days old). Q-88 must detail current acceptances and dates of inspection. A new Q-88 must be provided after each SIRE inspection. c) Owner must provide date of last SIRE report on the vessel which has been registered in the revised SIRE register. This SIRE report must be less than 6 months old at all times during the performance of this contract. d) Owner must confirm acceptances received and/or retained by the vessel since the last sire report. e) Owner must confirm that the vessel has not been rejected or refused by any Charterer since the inspections leading to the said SIRE report. f) Owner must confirm vessel has vetting approval from at least two oil majors providing date of vetting and name of major, at least one vetting approval must be less than 6 months old at the time of the offer. g) Vessel's age shall be less than 15 years for the duration of the charter. h) Vessel cannot exceed a maximum LOA of 249.9 meters. i) Vessel cannot exceed a maximum manifold height 16 meters. j) Vessel cannot exceed a maximum DWT 50,000MT, any re-measurement cost to be for owner's account. k) Vessel must be Double Hull with Segregated Ballast Tanks (SBT). l) Vessel must have an Inert Gas System (IGS). m) Owner must provide a copy of vessel's current ISM / Safety Management Certification. n) Owner must provide a copy of vessel's current International Ship Security Certificate. o) Owner must provide vessel stowage plan demonstrating vessel's ability to load minimum 310,000 BBLS JP8 not to exceed a laden draft of 12.0 meters. p) Owner must confirm vessel's minimum SOA of 13 knots. q) Owner must provide vessel itinerary from offer to arrival laydays at load port. r) Owner must confirm vessel's ability to carry one complete undecanted tank washing in dedicated slop tanks. s) Owner must confirm vessel's ability to hot wash all cargo spaces with water not to exceed 58 degrees centigrade prior to presenting for initial acceptance and inspection. All cargo tanks must be free of loose rust, previous cargo residues and films (including dyes), significant salt deposits and other impediments that could impact the quality of the cargo to be loaded. t) Owner must confirm vessel will arrive at load port in a clean, gas-free condition, and be ready for internal tank inspection by Quality Assurance Representative (QAR). Ensure any adjacent tanks are also clean and gas free. Contractor shall provide (Owner's account) a Certified Marine Chemist to certify tanks safe for entry for internal tank inspection by Government / Charterer representative. Contractor will provide time needed to re-inert after inspection. If a prior (last and next to last) cargo contained a percentage of benzene, Owner's Certified Marine Chemist must also measure toxicity for Benzene content and certify safe for entry. All safe for entry / toxicity / flammability assessments will be performed in the presence of the inspecting QAR. u) Owner must confirm vessel is free of copper and copper alloys (brass, bronze, etc.) in vessel compartments, pipelines, heating coils, fittings, etc. as it is not permitted in vessels chartered by MSC to carry petroleum products, unless vessel possesses a current DLA - Energy waiver. v) Owner must provide, if vessel cargo tanks have heating coils, coil type or composition (such as stainless steel, copper, etc.). Owner must provide, if vessel cargo tanks have heating coils, the date heating coils were last pressure tested and the results of the test (passed or failed). Date of last pressure test cannot exceed 12 months for duration of this charter. Vessel tanks with copper or yellow metal compounds are normally not acceptable for Jet Fuel cargoes. w) Owner must provide, if vessel cargo tanks are internally coated, the coating type (epoxy, inorganic zinc, etc.). Coal tar coating is not acceptable. If tanks are not coated then state "none". Coatings that are incompatible with the fuel to be carried will be rejected. x) Owner must provide copies of Certificates of Quality for vessel's last three cargoes. These Certificates should contain all test data required by specification for the products that were previously loaded (last three). Vessel Certificates of Quality from vessel post-load samples are preferred, but if unavailable shore tank Certificates of Quality representing quality of product loaded are acceptable. The Certificates of Quality should contain the test data required by the specification for the product which were loaded. They shall be submitted for each shore tank as well as the vessel tanks after loading (composite sample). Results of "typical" are not acceptable. Additionally the following are required for the specific products mentioned: 1. Naphtha / Condensates: Mercaptan Sulphur, reported in "parts per million" (ppm) or "mass percent", or Doctor Test (ASTMD 4952). Otherwise, Certificates of Quality should contain the test data required by the specification for the products which were loaded. 2. Gasoline (Motor or Aviation): It must be stated whether the previous product was "leaded" or "unleaded". This is needed to determine cargo tank "safe entry" testing requirements. y) Owner must confirm whether or not the last three cargoes carried contained FAME (Fatty Acid Methyl Esters). z) Owner must confirm, in the event any of the vessel's last three cargoes did contain FAME, that vessel cargo tanks were cleaned / conditioned in accordance with the guidance in accordance with Energy Institute HM50. aa) Owner agrees a total of two (2) RAS receiving stations shall be installed that can receive a funding rig with ROBB or NATO coupling during RAS operations. The capability to perform the simultaneous transfer of up to two different fuel products shall be met. Drawings and particulars are to be provided with the RFP. Station must be installed prior to delivery. Additional direction for installation oversight will be provided on award (which means we will put the awardee in contact with the appropriate NAVSEA office to ensure they have the exact drawings to get the installation correct. RAS equipment installation shall occur no later than nine (9) months after award. bb) Owner agrees where cargo is carried after contract award and prior to delivery to provide cargo type/description prior to loading, and applicable Certificates of Quality (to include all test data required in the initial RFP) for review within 48 hours after loading said cargo. Test shall be on a sample taken from the ship versus a representative sample from a shore facility. Any rejection of the Certificates of Quality by the Government shall result in the Government cancelling this contract at no cost to the Government. cc) Owner must confirm that vessel is be able to take upper, middle, lower, bottom, and all-level samples of the cargo (to include OBQ & ROB) without contaminating them from the sampling location. If unable to do so or if the sampling location is contaminated or suspected to be contaminated, Charterer will require open sampling on a tank by tank basis, consistent with safety and local terminal regulations. dd) Owner must confirm, in the event any of the vessel's last three cargoes did contain FAME, that vessel cargo tanks were cleaned / conditioned in accordance with the guidance in accordance with Energy Institute HM50. ee) Owner agrees vessel must meet all MSC requirements for reporting. Vessel shall provide position/status reports in-port and at-sea every six (6) hours daily at 0000, 0600, 1200, and 1800 hours GMT (Zulu) and 72/48/24/12 hr pre-arrival notifications for all ports to the appropriate Area Command and COMSC HQ Tankers. PRICING SHEET Charter Period Charter Hire (per Day) Firm Period 01 February 2018- 31 January 2019 Option Period I 01 February 2019 - 31 January 2020 Option Period II 01 February 2020 - 31 January 2021 Option Period III 01 February 2021 - 31 January 2022 Option Period IV 01 February 2022 - 31 December 2023 Daily Rate: Except as otherwise provided herein, the daily hire rate shall be considered payment in full for all services of the Vessel and Associated Equipment and all other requirements under this Charter Party contract, including, but not limited to penalty time, bonuses, payments, and emoluments payable to Master, Officers and crew for services under this Charter, irrespective of the geographic scope of said service and the nominal carriage of ammunition and hazardous cargoes. Daily Hire rate shall be considered payment in full for all overtime, including but not limited to crew overtime or penalty time required for the making up or breaking of tows. Port charges and fuel will be reimbursable expenses. Interested parties shall furnish the following minimum information: a) Name of Company; Point of Contact, Telephone Number, Fax Number, Address, and e- mail address b) Business size status and demonstrate how the company will perform at minimum 51% of the requirement (if a small business). c) Brief summary of company history relative to similar requirements d) Affirm the company is financially capable of meeting the requirement e) Estimated daily or other term cost/price to provide the above services (See Pricing Sheet above) f) Any pertinent questions/concerns MSC request responses no later than 1:00PM local time, Norfolk, VA, on 03 October 2017. Please send questions pertaining to the Market Survey and all responses, via email, to Vivette Moore at Vivette.Moore@navy.mil. Ms. Moore may also be reached at 757-443-5902. SIGNED: Orvin Franklin, CONTRACTING OFFICER, MSC N103
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e3b8be87d143f3df227ed47a3b5c725)
 
Place of Performance
Address: FAR EAST, United States
 
Record
SN04687112-W 20170922/170920232523-5e3b8be87d143f3df227ed47a3b5c725 (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  © 1994-2020, Loren Data Corp.