Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1996 PSA#1647

Contracting Office (fp), U.S. Coast Guard Academy, 15 Mohegan Ave., New London, CT 06320-4195

V -- TOWING SERVICES SOL DTCG39-96-B-E00313 DUE 082096 POC Contact David Gomes, Contracting Officer, 203-444-8259, FAX 203-444-8299 This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are requested. A written solicitation will not be issued. In responding to this invitation to bid, offerors must refer to solicitation #DTCG39-96-B-E00313. This solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 90-37. The SIC code for the services to be acquired is 4492. Full and Open Competion procudures will be utilized for this acquisition. The small business size standard is $3.5M. Offers for the following items are due at the CGA Contracting Office by 2:00 P.M. on 8/20/96, (faxed bids will be accepted at (860) 444-8299): Item 0001, Towing services. The contractor shall be responsible for towing the SS MAYO LYKESfrom its present location at the Texaco Pier in Mobile, Alabama to the MARAD Reserve Fleet, Beaumont, Texas. All towing shall be performed as ''Dead Ship'' tow. The tow shall be completed within 40 days after contract award. The SS MAYO LYKES is a WW II vintage break bulk bessel of the Victory Ship class. The vessel is 455 feet long, has a beam of 62 feet and a draft of 14 feet. The Contractor shall notify the Contracting Officer's Technical Representative (COTR), who is the Supervisor of the U. S. Coast Guard Fire and Safety Test Detachment, Mobile, AL., in writing 10 days before the vessel is to be towed. This notification should include the name of the towing tug, name of the vessel being towed, horsepower of the towing tug, length, beam and draft of the tow, ETA,ETD, number of assist tugs to be used, as well as the company that operates the tugs, pilots being used, riding crew if any, as well as a towing plan. The contractor shall comply with all applicable regulatory requirements of the U. S. Coast Guard and other Federal, State and local organizations while towing the vessel. The contractor shall notify the local U.S.C.G. Marine Safety office in writing at least 48 hours prior to sailing and arriving in each port. This notification should include the name of the towing tug, name of the vessel being towed, horsepower of the towing tug, length, beam, and draft of the tow, ETA, ETD, number of assist tugs to be used, as well as the company that operates the tugs, pilots being used, riding crew if any, as well as a towing plan. The contractor shall provide all tow boats, towing equipment for the vessel being towed, and all necessary certificates, towing permits, pilots, line handlers, pilot ladder, and any auxiliary tug services or equipment that may be required at Mobile, AL., and Beaumont, TX. All expenses and fees in connection with the tow and movement of the ship including all personnel, equipment, and material required for towing and line handling shall be at the contractor's expense. The contractor shall examine the vessel prior to towing and ensure that all operations for a ''Dead Ship'' tow are completed. It is the responsibility of the contractor to survey and install both the rudder and propeller shaft locking device(s) prior to tow. The contractor shall acquire the services of a recognized Salvage Association Surveyor and comply with all required recommendations for towing suitability and securing of equipment, including quarters' furniture, shaft locking devices, steering gear locking devices, and a tow chain bridle. The contractor shall provide and install a towing bridle and include towing bitts and reinforcement if recommended in the attending salvage surveyor's assessement. The marine salvage surveyor shall; five (5) days before the vessel is towed, issue a written report to the COTR attesting to the vessel's condition, fitness to proceed under tow and conditions required for a safe tow. The contractor shall, prior to award, furnish insurance coverage of $400,000.00 which covers the approximate scrap value of the vessel. The insurance shall name the U.S. Coast Guard as being the assured. The contractor shall assume responsiblity for the safety and security of the ship upon start of the tow and until the vessel is delivered to the MARAD Fleet, Beaumont, TX and signed for by a MARAD representative. The following provisions and clauses will apply to this contract: 52.212-1 - Instructions to Offerors - Commercial Items, 52.212-3 - Offeror Representationsand Certifications - Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. The following clauses are applicable: 52.222-26, Equal Opportunity (APR 1984),52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1984), 52.222-36, Affirmative Action for Handicapped Workers (APR 1984), 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988). Contact David Gomes at (860) 444-8259 for information regarding this solicitation. (0208)

Loren Data Corp. http://www.ld.com (SYN# 0162 19960729\V-0001.SOL)


V - Transportation, Travel and Relocation Services Index Page