Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598

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

V -- WATER TRANSPORTATION SERVICES SOL N00033-00-R-5288 DUE 051000 POC Karen Rooney 202-685-5823 WEB: MSC Home Page, www.msc.navy.mil/N101/solicsum.htm. E-MAIL: Contract Specialist, Karen.rooney@msc.navy.mil. Ref: (a) SF 1449 (b) MSC DRYVOY Rev 1 (6/99) Voyage charter(s) for U.S. or foreign flag self-sustaining RO/RO vessel or tug and ro/ro barge unit(s). Preference for U. S. flag and VISA participants to be given 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 Feb 99. MSC Sealift Program Management Office, Code PM52P, requests proposals for vessel(s) capable of meeting the transportation requirements described below. References below apply to the box layout of Ref (a) and (b) which are incorporated by reference (available from the MSC website www.msc.navy.mil -- look under contracts/library of common documents -- or upon request) which shall be the charter form of any contract resulting from this solicitation. By submission of an offer, offeror agrees with all terms and conditions of this solicitation, unless otherwise indicated, and warrants that the vessel is capable of carrying the cargo described in DRYVOY 99 box 6 below. I. Standard Form 1449 boxes 2. Contract No.: to be assigned upon award 5. Solicitation No.: N00033-00-R-5288 6. Solicitation Issue Date: 09 May 2000 7. For information call: Karen Rooney at (202) 685-5823 or Cynthia Vass-Frye at (202) 685-5813 8. Offer due date: 1300 10 May 2000 9. Issued by: Military Sealift Command, Sealift Program Management Office, Code PM52P, Bldg 210, Rm 275, Washington Navy Yard, Washington, DC 20398, Fax: (202) 685-5852 or alternate 685-5887. 10. Unrestricted. 18a. Payment will be made by: Commander, Military Sealift Command, N86, Washington Navy Yard, Bldg. 157, Washington, DC 20398 II. DRYVOY boxes 1. Vessel(s) required: U.S. OR foreign flag self-sustaining RO/RO vessel or tug and ro/ro barge unit(s). Tugs must have minimum 2000 SHP(minimum speed 6.5 knots laden/towing). Vessel must have the capacity to carry cargo listed in Box 2. Equipment to include ramps or other equipment to facilitate RO/RO operations. Contractor shall provide inland transportation from discharge port to base camp at San Benito ( approximately 4 hours away). Vessel must furnish lashing gear. 2. Cargo description: 12,373 sq. ft. of cargo (+/- 10% chop). Packing list available on request. Cargo extreme dimensions: Longest: 523 inches Widest: 152 inches Highest: 132 inches Heaviest: 18.3 ST Terms: Free in/Liner out 3. Loading Port(s)/place(s): Wilmington NC. 4. Laytime: 1 day SSHEX (Load port only) 5. Discharge Port(s)/place(s): Rama, Nicaragua. 6. Laydays: Commencing/Canceling: 17 May 00/18 May 00. (Available to load 18 May 00) 7. Terms/conditions/attachments added, deleted or modified: III (i)- Notwithstanding subparagraph (1), cargo expected to be in Rama, Nicaragua no later than 01 June 00. V (d) -- Loading and Discharging (F.i.o.s.s. with owner furnished lashing gear -- load port only); Add. V (f) -- Loading and Discharging (Liner Terms from /to government terminal -- discharge port only); Add. V (g) -- Position Reports (Attn: GLENDA HUNTER, Fax: (202) 685-5887 or Email: Glenda.hunter@msc.navy.mil); Add. V (i) -- Tugs and Barges; Add, as applicable. X -- Change date of clause to "June 1999." X (j) -- Internet home page on 3rd to last line is changed to http://www.customerservice@dnb.com XI -- For evaluation purposes .5 days demurrage will be added to the overall total price. XII -- Change date of clause to "June 1999" XII (c)(4) -- Add "( ) is not," after "( ) is, " III. Instructions to Offerors Offerors shall use the guidelines set forth in part X of Ref (b) for submission of offers; however at a minimum, offers Must contain the following: 1. Lumpsum price and demurrage/detention rate. 2. Speed of advance (SOA), laden and detailed itinerary. 3. Set of completed boxes (Ref (b) I-1 thru I-4). 4. Completed Representations and Certifications (part XII, Ref(b)) Posted 05/09/00 (W-SN453008). (0130)

Loren Data Corp. http://www.ld.com (SYN# 0128 20000511\V-0008.SOL)


V - Transportation, Travel and Relocation Services Index Page