Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,2000 PSA#2522

Commander, Military Sealift Command, Bldg 210, 914 Charles Morris Court SE, Code N10, Washington, DC 20398-5540

V -- WATER TRANSPORTATION SOL N00033-00-R-5241 DUE 012500 POC Pam Broglio 202-685-5832 WEB: Click here to download copies of the references, http://www.msc.navy.mil/N10/conthp.htm. E-MAIL: Click here to contact the contract specialist, pam.broglio@msc.navy.mil. Ref: (A) SF1449 (B) MSC DRYVOY 99 (Rev 1 (6-99)) Voyage Charter(s) for U.S. or foreign flag self-sustaining breakbulk or RORO vessel(s). In accordance with the Cargo Preference Act of 1904 and Section IIIA.3 of the Voluntary Intermodal Sealift Agreement (VISA) at 64 FEDERAL REGISTER 8214-8222 dated 18 February 1999, preference for U.S. flag and VISA participants to be given. MSC Sealift Program Management Office, Code PM52P, requests proposals for a vessel(s) capable of meeting the transportation requirements described below. References below apply to the box layout of Ref (A) and Ref (B) which are incorporated by reference (available from the MSC web site, http://www.msc.navy.mil/N10/conthp.htm, under "Library of Common Documents", or upon request), which shall be the charter form of any contract resulting from this solicitation. I. Standard Form 1449 Boxes 5. Solicitation No.: N00033-00-R-5241 6. Solicitation Issue Date: 21 Jan 00 7. For Solicitation Information Call: Pam Broglio (202) 685-5832 8. Offer Due Date: 1100 EDST 25 January 2000 9. Issued By: Military Sealift Command, Sealift Program Management Office, PM52P, Bldg. 210, Rm. 275, Washington Navy Yard, 914 Charles Morris Court SE, Washington, DC 20398-5540 (Code: N00033) Fax: (202) 685-5852 or Alternate (202) 685-5850 10. This Acquisition Is Unrestricted. 14. Method of Solicitation: RFP 18a. Payment Will Be Made By: Commander, Military Sealift Command, N86, Washington Navy Yard, Bldg. 157, 914 Charles Morris Court SE, Washington, DC 20398-5540. II. DRYVOY Boxes 1. Vessel(s) Required: U.S. or foreign flag self-sustaining breakbulk or RORO vessel(s). Vessel must be capable of transporting cargo described in Box 2. Contractor must furnish lashing gear sufficient for securing cargo. Owner to warrant that any and all regulatory compliances are maintained. Breakbulk vessels are required to have a crane with a minimum 35 short ton safe working load (SWL). Minimum speed of advance (SOA) is 15 knots. Cargo Description: Voyage A: 27,597 sq. ft. (+/- 10% chop) of cargo (19,497 sq. ft. of vehicles; 3,200 sq. ft. of TEUs; and 4,900 sq. ft. of general cargo, i.e., generator sets, truck equipment, boxes, etc.) and minimum of six (6) supercargo. Heaviest: 29.8 ST Longest: 432 inches Widest: 151 inches Highest: 149 inches Voyage B: 22,204 sq. ft. (+/- 10% chop) of cargo (18,783 sq. ft. of vehicles; 2,240 sq. ft. of TEUs; and 1,181 sq. ft. of general cargo) and minimum of six (6) supercargo. Heaviest: 32.5 ST Longest: 501 inches Widest: 144 inches Highest: 142 inches Packing lists are available upon request. Terms: Free In/Free Out 3. Loading Port(s)/Place(s): Voyage A: Wilmington, NC; Voyage B: Thessaloniki, Greece 4. Laytime: 4 days SSHINC total for each voyage 5. Discharging Port(s)/Place(s): Voyage A: Thessaloniki, Greece; Voyage B: Beaumont, TX 6. Laydays: Voyage A: Commencing: 30 Jan 00/Cancelling: 31 Jan 00. Voyage B: Commencing: 18 Feb 00/Cancelling: 19 Feb 00. 7. Terms/Conditions/Attachments added, deleted or modified: III(j) and (k) Change "SSHEX" to "SSHINC". V(d) "Loading and Discharging (F.i.o.s.s. with Owner-Furnished Lashing Gear)", add. V(g) "Position Reports", (Attn: Christa Faehndrich, e-mail: christa.faehndrich@msc.navy.mil or fax: 202-685-5887); add. V(k) "Supercargo and Government Representatives", add. X Change date of clause to "Nov. 1999". X(j) Internet home page on third to last line is changed to http://www.customerserviced@dnb.com XII Change date of clause to "Oct. 1999". III. Instructions to Offerors A. Offerors may propose on Voyage A and/or Voyage B. B. Offerors shall use the guidelines set forth in Part X for submission of offers; however, at a minimum, offers must contain the following: 1. Lumpsum price and demurrage rate. 2. Detailed description of crane and/or ramp. 3. Set of completed boxes (Ref (B), pages I-1 through I-4) 4. Completed Representations and Certifications (Part XII, Ref (B)). 5. IAW DFARS 252.204-7004, U.S. offerors (and foreign offerors working in the U.S.) must be registered in the Central Contractor Registry (CCR) in order to be considered for award. To comply: * Provide a DUNS number with your solicitation. This number is required to verify registration and in order to register in the CCR. The DUNS number can be obtained by calling 1-800-333-0505. * Register in the CCR by calling 1-888-227-2423 or through the MSC's website at http://www.msc.navy.mil/N10/library.htm under "Central Contractor Registration (CCR)". * Register for electronic funds payment, also at the above-identified MSC website, under "Electronic Funds Transfer (EFT) Registration Form". IV. Evaluation of Offers Part XI For evaluation purposes two days of demurrage will be added to each voyage to calculate the total evaluated price." Signed: Cathlene Jo Stangler, Contracting Officer, MSC, PM52 Posted 01/21/00 (W-SN417595). (0021)

Loren Data Corp. http://www.ld.com (SYN# 0050 20000125\V-0002.SOL)


V - Transportation, Travel and Relocation Services Index Page