|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1999 PSA#2419Commander, Military Sealift Command, Bldg 210, 914 Charles Morris Court
SE, Code N10, Washington, DC 20398-5540 V -- TIME CHARTER OF VESSEL TO SUPPORT CABLE-LAYING OPERATIONS SOL
N00033-99-R-2012 DUE 082699 POC Kevin Spillane, 202-685-5776 WEB:
Military Sealift Command, http://www.msc.navy.mil. E-MAIL: Click here
to contact the Contracting Office via e-mail,
kevin.spillane@smptgw.msc.navy.mil. This procurement is being conducted
in accordance with Federal Acquisition Regulations (FAR) Part 12,
Commercial Items, and FAR Part 13.5. The Government is not required to
establish a competitive range, conduct discussions, nor request final
revisions. This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in FAR 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested, and a written solicitation will not be issued. This
solicitation may also be viewed at the MSC Web site
(http://msc.navy.mil/N10/trans.htm). A. MSC PM2P requests proposals for
a U.S. flag vessel as described below. This synopsis/solicitation
incorporates by reference MSC SPECIALTIME 99 (rev. 5/99). Copies of the
updated proforma may be downloaded from the MSC Web site
(http://msc.navy.mil/N10/library.htm) or may be obtained by calling
Kevin Spillane at (202) 685-5776. Proposals must be received prior to
1200 hours, Eastern Standard Time, Thursday, 26 August 1999. Proposals
may be submitted via fax to (202) 685-5225 or by mail to the following
address: Military Sealift Command Code PM2P Room 320, Bldg. 157 914
Charles Morris Ct., SE Washington Naval Station Washington, DC
20398-5540 B. General: One U.S. flag vessel is required for cable
laying operations at the Atlantic Fleet Weapons Training Facility
(AFWTF), St. Croix, United States Virgin Islands (USVI). The period of
performance is approximately 19 days commencing 10 October 1999. The
area of operation is up to 10 nautical miles Northwest of Fredricksted,
St. Croix, USVI. Vessel loading and unloading will take place in Key
West, FL. The work required of the contractor shall be to provide a
vessel capable of deploying 60 km of cable (two separate lengths) and
stationkeeping in 45 meters of water at the end point of the cable
route for a period of several hours. The cable-laying route will
involve making a minimum of two 180 turns at a radius of 850
meters in 1,000 meters of water depth. The vessel shall provide
sufficient deck space to lay out all of the AFWTF project cable-laying
equipment. C. 1. Vessel Requirements: (a) Length overall: 75 meters or
greater (b) Beam: greater than 12 meters (c) Draft: 6 meters or less
(d) Depth: 9 meters or less (e) Freeboard: 3 meters or less at the
stern (f) Clear deck space: minimum 407-m2 (33.4-m long x 12.2-m wide).
Sufficient deck space shall be available to lay out all the AFWTF
project cable-laying equipment listed in Attachment 1 (available upon
request). (g) The vessel must be capable of conducting cable-laying
operations in up to and including Sea State 4 (19-knot winds, average
wave height of 4.3 feet). (h) The minimum range is 1,000 nautical miles
excluding transits to and from the vessel's homeport. Vessel must be
capable of operating 24 hours per day at sea for a minimum of five
consecutive days. (i) The minimum transit speed shall be 10 knots. (j)
The vessel must be capable ofmaintaining operating (cable laying)
speeds of 0.5-2 knots constant for approximately 24 hours. The vessel
must maintain a course of +75 feet up to a Sea State 4 with ocean
current speeds ranging from 0-2 knots. Government project personnel
will direct vessel navigation and control cable payout. Dynamic
positioning is required to ensure that these slow operating speeds can
be achieved. (k) The cable-laying route will involve making a minimum
of two 180 turns at a radius of 850 meters in 1000 meters of
water. (l) The vessel shall be capable of a fixed static moor in a
water depth of 30 meters. The static moor shall consist of a four-point
system that will not interfere with the deck layout illustrated in
Attachment 2 (available upon request). This static moor shall be for
the purpose of mooring the vessel at the end point of the cable
deployment. This means bitts or cleats to secure mooring lines, not a
four-point winch system. The vessel should be able to move into and
pick up a four-point moor.(m) Deck loading: 1000 lbs/ft2 (n) The vessel
shall have a steel aft deck to weld equipment. If wooden beams cover
the steel deck, the contractor shall propose a method to weld equipment
to the deck such as metal beams, angle etc. running across the deck,
the cost of which shall be included in the per diem rate. No special
installations/alterations or underwater hull work/dry-docking is
required. (o) Personal Computer monitors will be installed by the
Government on the vessel's bridge for displaying navigation. (p) Fresh
or salt water cooling is required for the Government-furnished Linear
Cable Engine. The flow rate is 120 liters per minute (q) Electrical
power consisting of 208 VAC, 1 phase, 50-60 Hz, 50 amps is required.
Government-furnished equipment (Linear cable engine) will be powered
(440 volt, 3 phase, 60 Hertz, star delta starting, 125-kW) by
Government-furnished generators. (r) The estimated maximum number of
days at sea required is 13. (s) One 5 ft by 3 ft desk space on the
bridge for helmsmannavigation display is required. (t) Air conditioning
of the bridge is required. (u) The total number of project personnel to
be berthed and fed is 16; independent berthing shall be provided for
one female. (v) If the vessel is equipped with a small boat, the boat
may remain aboard as long as it does not interfere with the AFWTF deck
layout. 2. Port Operations: (a) The port of operations will be the
Naval Air Warfare Center, Trumbo Annex, Key West, FL. The contractor,
at time of award, will be provided with a point of contact to arrange
dockage of the vessel. (b) Port Services: Vessel berthing will be
arranged by a local agent on the behalf of the Government. Requirements
for entering/exiting the berthing shall be the contractor's
responsibility. The contractor shall make arrangements for water, fuel,
shore power, trash/sewage removal. (c) Fueling Requirements: Fuel will
not be supplied. It shall be the contractor's responsibility. The
contractor shall also be responsible for providing diesel fuel for the
project generators. D. Government-Furnished Equipment: Attachment 1
lists all the Government-furnished equipment (GFE) by type, dimensions
and weight. The Government project crew will be responsible for the
loading, installation, operation and maintenance of all GFE. The GFE
does not require any air or water cooling. E. Estimated operating
scenario: 4 days of mobilization at the Mobilization and Staging Area
(MASA) in Southern Florida, 4 day transit from MASA to St. Croix, 5
days of cable laying operations in St. Croix, 4 days return transit to
Southern Florida, 2 demobilization days at MASA Southern Florida,
Transits to and from the port of operations to the cable-laying site
are approximately 1,000 miles. Percent time underway: Five days at 0-2
knots will be required during cable-laying operations. Percent of time
in port is approximately six days. While in port the vessel shall use
contractor-arranged shore power. Percent of time during transit to/from
the cable-laying site and the MASA is approximatelyeight days. F.
Laydays: 10 October 1999 G. Delivery/redelivery: Key West, FL H. Period
of charter: Approximately 19 days commencing 10 October 1999. I. The
sections, provisions, clauses, and conditions of MSC SPECIALTIME 99
(rev 5/99) apply including but not limited to: FAR 52.212-1,
Instructions to Offerors -- Commercial; FAR 52.212-4, Contract Terms
and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items. See MSC SPECIALTIME 99 (rev 5/99) for applicable
clauses of FAR 52.212-5. Offerors shall include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and Certifications
-- Commercial Items, within its offer. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-11. The following changes are made to MSC
SPECIALTIME 99 (rev 5/99): 1. Section XI is deleted and replaced with
the following: XI. FAR 52.212-2EVALUATION -- COMMERCIAL ITEMS (JAN
1999) (a) The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous to the Government, price and
other factors considered. The following factors shall be used to
evaluate offers: (i) Technical capability of the item offered to meet
the Government requirement; (ii) past performance; (iii) price.
Technical capability and past performance, when combined, are
approximately equal to price. (b) Options. The Government will evaluate
offers for award purposes by adding the total price for all options to
the total price for the basic requirement. The Government may
determine that an offer is unacceptable if the option prices are
significantly unbalanced. Evaluation of options shall not obligate the
Government to exercise the option(s). (c) A written notice of award or
acceptance of an offer, mailed or otherwise furnished to the successful
offeror within the time for acceptance specified in the offer, shall
result in a binding contract without further action by either party.
Before the offer's specified expiration time, the Government may accept
an offer (or part of an offer), whether or not there are negotiations
after its receipt, unless a written notice of withdrawal is received
before award. 2. Add the following clause: DFARS 252.204-7004, Required
Central Contractor Registration (Mar 1998). Posted 08/23/99
(W-SN371159). (0235) Loren Data Corp. http://www.ld.com (SYN# 0226 19990826\V-0004.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|