|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1998 PSA#2088HQ MTMC, Attn: MTAQ-AF, Rm 312, 5611 Columbia Pike, Falls Church VA
22041-5050 V -- DEDICATED BARGE TRANSPORTATION SERVICES SOL DAMT01-98-R-2013 DUE
063098 POC Contract Specialist Sheryl Pierce (703) 681-6640,
Contracting Officer Christina N. Dossman (703) 681-6640 WEB: MTMC
Homepage RFP Posting, http://www.mtmc.army.mil/parc/solt.htm. E-MAIL:
Sheryl Pierce, Contract Specialist, pierce1s@baileys-emh5.army.mil.
Headquarters Military Traffic Management Command intends to procure
dedicated barge services for the transportation of Department of
Defense owned jet fuel (JP5 and JP8) and marine diesel fuel (F76) in
bulk form, between origins and destination from all ordered origin
points along the Gulf Coast area and lower Mississippi River and their
connecting waterways. Service points will include, but are not limited
to, refinery sources in Baton Rouge LA and Deer Park, TX; Defense
Engery Supply Center locations of NAS Belle Chasse, LA; ANG Gulfport
MS; Hurlburt Field, FL; Eglin AFB FL; Tyndall AFB FL; Pensacola FL; and
between other points in the same geographical area, all on an inland
basis. The successful contractor will provide dedicated barge
transportation services using equipment and crews supplied at its own
expense. Anticipated barge and tug equipment is as follows: Barge tows
shall have a total calibrated capacity of not less than 30,000 barrels
nor greater than 50,000 barrels, and consist of no more than two
individual barges, the smallest having a capacity of not less than
15,000 barrels. Additionally, at least one tow must contain one barge
between 15,000 and 20,000 barrels capacity. Maximum loaded draft for
all tows not to exceed 8.5 feet. The tug for each tow offered shall
have between 1,500 and 2,100 HP, and be suitable in design and power to
properly navigate the lower and upper Mississippi River, the Tombigbee
and Arkansas Rivers, and the Gulf Intracoastal Waterway. Contractor
supplied equipment and crews will be available exclusively to the
Government at all times, 24 hours per day, 7 days a week, for
transporting fuel or to stand by at an origin, destination, or
intermediate point as specified by the Government. The Government
reserves the right to use the furnished equipment to and between the
points noted above without restriction. The Government anticipates
awarding a firm fixed price contract for a one year base period with
two one year option periods. The anticipated period of performance for
the base period is October 1, 1998 through September 30, 1999. This
procurement is a 100% set-aside for small business. The standard
industrial classification code for this procurement is 4449.
Responsible sources are requested to submit, on company letterhead,
notification of interest to obtain a copy of Solicitation
DAMT01-98-R-2013 to this office. Requests can be faxed to (703)
681-7854. The solicitation will be posted on the web. See Number Note
1******* (0121) Loren Data Corp. http://www.ld.com (SYN# 0090 19980505\V-0002.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|