Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2023 SAM #7922
SOURCES SOUGHT

V -- OSV Transportation Services

Notice Date
8/4/2023 5:08:09 PM
 
Notice Type
Sources Sought
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
0413 AQ HQ RCO-HI FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
PAN41323P0000001518
 
Response Due
8/25/2023 8:15:00 PM
 
Archive Date
09/09/2023
 
Point of Contact
SFC Stephanie Nye, Phone: 8087878882, Ryan Lee, Phone: 8086561107
 
E-Mail Address
stephanie.a.nye2.mil@army.mil, ryan.g.lee.civ@mail.mil
(stephanie.a.nye2.mil@army.mil, ryan.g.lee.civ@mail.mil)
 
Description
Please respond to this Sources Sought if you are interested and can perform the required objectives.�� Please provide a capabilities statement along with your response. The contractor shall provide all services and products to support a vessel for a period of 1 year with approved option years. The contractor shall provide all services and products to support general cargo transport and fuel transport vessels in support of Military missions within the Pacific region and West of the IDL covered by valid task orders issued in the ordering period. The cargo transport vessel shall have at least 12,500 sqft of usable deck space with no height restrictions, a draft of no more than 20 feet, capable of sailing at least 9,000 nautical miles unladen and at least 7,000 nautical miles laden, sail at average of at least 12 knots under optimal sea conditions, produce roll-on roll-off and load-on load-off capabilities, usable on board 30 Ton crane and berthing for up to 5x government personnel on board the vessel for security and conduct operations. Estimating five (5) government personnel aboard the vessel 30% of the time and at least one (1) person 90% of the time. The vessel shall be capable of transporting all HAZMAT classes at or above U.S. Army standard unless otherwise specified by the Government. The contractor shall provide all necessary life support requirements to berthed government personnel such as but not limited to food (3 meals per day), medical care, climate controlled sleeping quarters, internet at 400mbps, laundry services and trash removal services. The contractor shall perform adequate maintenance of all systems and equipment allowing vessel functionality including but not limited to engine components, communications equipment, life support systems (i.e showers, plumbing, refuse containment, personnel berthing areas, mess facilities ect�), cargo holding areas, cargo securing points and fuel/ water storage. Maintenance will be complete in an efficient and timely manner; in addition, they shall track, schedule, and document repairs/ work orders conducted to ensure there are no gaps in capabilities. The contractor shall coordinate all husbandry services (including but not limited to refueling, refuse disposal, gray water discharge, black water discharge, sludge removal, ect�) at each berthing port in order to facilitate operations and to allow support to the Government. The contractor shall provide life support to Government personnel berthed onboard the vessel during operations. Life support shall include but is not limited to, individual bed space, latrines, showers, dining facility, 3 meals per day, potable water, climate controlled sleeping/ living areas, Wifi internet no less than 200 mbps and laundry services. The Contractor shall coordinate all stevedore services, crane support and other equipment for the discharge of cargo. All supported vessels provided by the contractor shall be fully functional, meaning that the vessels are capable of operating at full capacity for a maximum of 4 months (24 hours a day, 7 days a week). The duration for 80% of operations expect to range between 3 to 5 days with 1 to 2 weeks in between movement estimating at least 10-15 days of operations within a month. Please respond to this Sources Sought if you are interested and can perform the required objectives.�� Please provide a capabilities statement along with your response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d943431805054cbb8ab6816e11eecede/view)
 
Place of Performance
Address: Pearl City, HI 96782, USA
Zip Code: 96782
Country: USA
 
Record
SN06778259-F 20230806/230804230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.