COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14, 2000 PSA #2726
SOLICITATIONS
V -- OCEAN CARGO TRANSPORT FROM S. FLORIDA TO BAHAMAS
- Notice Date
- November 9, 2000
- Contracting Office
- Commander, Military Sealift Command, Bldg 210, 914 Charles Morris Court SE, Code N10, Washington, DC 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- N00033-01-R-5206
- Response Due
- November 27, 2000
- Point of Contact
- Mark Chadwick (202)685-5829
- E-Mail Address
- Contract Specialist (mark.chadwick@msc.navy.mil)
- Description
- 1. A. Vessel(s) Required: U.S. Flag self-sustaining RoRo vessel or Tug/RoRo Barge (with permanent affixed Ro/Ro ramp) capable of maintaining 8 knots laden in moderate (Beaufort Wind Scale -- #4 11-16 kts, Sea State Code 3 = 2-4 FEET) weather to meet the annual requirements (Box 2) for the transshipment of U.S. Government and U.S. Government contractor property, equipment and material to and from the continental United States (CONUS) and the Naval Undersea Warfare Center Detachment, Atlantic Undersea Test and Evaluation Center (AUTEC) (ASD) located on Andros Island, Bahamas. Vessel must be capable of carrying a minimum of 900 measurement tons of cargo. Twenty-six firm-fixed scheduled biweekly voyages will be required each year. As an option, twelve additional voyages may be required annually. Add-on voyages will be scheduled to meet peak workload or time sensitive transportation requirements. A minimum of seven days notice will be given in the event an additional voyage is required. B. Warehouse and Storage Yard Facility: Contractor to provide a warehouse and outside storage yard in a secure and bondable facility in accordance with U.S. Customs Regulations Title 19, CFR Parts 19.1 19.49 "Customs Warehouses, Container Stations and Control of Merchandise Therein". It shall be adequately alarmed and secured from all other tenants and/or intrusion and have controlled personnel access. The warehouse shall be located within 10 miles of the contractor's designated port facility. AUTEC's Maintenance and Operations Contractor (M&O) must have 24 hour, 7 days per week unrestricted facility access. C. Specific Building Requirements: (1) Minimum of 15,000 sq. ft. total operating area including 800 sq. ft. office area for M&O Contractor. (2) Minimum 3,000 sq. ft. bonded holding area with appropriate internal security for bonded material. It shall be fenced with chain link fencing 9 guage, 2" mesh, 8' high, topped with a 2' barbed-wire extension; 3 wire strands, 45 degree angle to vertical. (3) Minimum 6,000 sq. ft. hazardous material storage area with segregated, self-contained space for each type of hazardous material or commodity received. (4) Minimum 3,000 sq. ft. loading dock and receiving area. (5) Minimum 3,000 sq. ft. general storage and work area. (6) Minimum 20,000 sq. ft. outside area adjacent to the warehouse. (7) Walls Concrete or other impenetrable material. (8) Stanchions minimum 20' apart. (9) Sprinkler System Overhead, local code specifications. (10) Restrooms M/F, handicapped local code specifications. (11) Electrical Service 110 and 220 VAC capacity appropriate for intended use to local code specifications. (12) Minimum two metal roll-up receiving doors, one with ramp access, 4 to 6 degree ramp, high-bay door with minimum 14' clearance. (13) Minimum two metal roll-up export loading doors (dock level/dock plate access to containers). All electric roll-up doors must be equipped with emergency personnel sensing/detection devices. (14) The floor shall be capable of supporting without damage, a typical load of a 20,000 lb. Forklift carrying a 15,000 lb. Load. (15) Lighting in personnel/office spaces and warehouse spaces shall meet OSHA standards for these areas. If lighting must be installed to meet these requirements, use of energy efficient lighting is required. D. CONUS Port Services: (1) Service to be provided on normal business days (M-F) during normal business hours (7am 6pm). (2) All services necessary to move cargo from the warehouse facility to the port facility and return to load/off-load all cargo. These same services will be required for cargo transported by an AUTEC owned vessel, up to four times a year. (3) Interface with U.S. Customs and U.S. Coast Guard authorities for the clearance of all inbound transshipments. Responsibility for clearing the vessel and all manifested cargo arriving at AUTEC with the Bahamian authorities rests with the AUTEC Maintenance and Operations (M&O) contractor. All returning cargo will be properly manifested, packed and containerized and loaded onto the vessel by the AUTEC M&O contractor. Contractor shall ensure vessel's crew has completed USCG required Hazardous Material/Ordinance training in accordance with US Coast Guard Regulations. (4) Contractor is responsible for clearing the vessel and manifested cargo, upon arrival in CONUS, with the appropriate customs authority. Contractor shall provide pre-stow plan of cargo to be loaded to MSC on Fri before the scheduled load in CONUS to ensure safe loading and stowage practices of cargo. (5) Provide and complete all documentation for any Coast Guard permits required to ship explosives, classification up to 1.4S. (6) Facility to be located in either Port of Palm Beach or Ft. Lauderdale/Dania, FL. area. Contractor is to provide selected CONUS port specifics on type of ammunition and the maximum (net explosives weight (NEW)) that port can safely handle, to include time that port will allow ammunition cargo operations. E. Transshipment of Exercise Torpedoes: Ready for issue (RFI) torpedoes, small arms ammunition, cartridge activated devices and other pyrotechnics may be shipped from CONUS to Andros Island approximately six times per year. These are classified as Class 1.4, 1.4S or 1.3 explosives. Expended exercise torpedoes may be shipped from ASD to CONUS up to twice per month. These are classified as 1.4S explosives. Contractor is responsible for ensuring that all shore-based explosives handling is performed in accordance with NAVSEA OP 5 Vol. 1, Ammunition and Explosives Ashore Safety Requlations for Handling, Storing, Production, Renovation and shipping, current date of issue. At-sea explosives handling shall be in accordance with NAVSEA OP 4, other applicable Navy regulations, CFR Title 49 Parts 171-180, and must be in accordance with the International Maritime Dangerous Goods Code (IMDG). F. Containers: The Contractor will provide on demand, all required containers with chassis, freeze and chill boxes with chassis, pallets and all miscellaneous rigging and cooperage material required to properly store, pack, shore-up and otherwise secure the material into the appropriate containers or onto the applicable shipping platform for transshipment. This shall not preclude the occasional use of owner-furnished containers on any voyage. The required number of "A"-frame supports for each chassis during transshipment shall be provided by the ocean carrier. Estimated container requirements are as follows: (1) 15 30 Closed cargo/sea containers with chassis (CONEX) per shipment. (2) 3 Each 40-Foot freeze container with chassis. (3) 3 Each 40-Foot chill container with chassis. (4) 4 Each 20/22 ft. flat-rack with chassis per shipment. (5) 2 Each 20-Foot open top container with chassis. Freeze and chill containers must be equipped with a monitored failure alarm indicator with continuous temperature recording devices. Freeze containers shall be capable of maintaining a continuous temperature of less 10 degrees F. Chill containers shall be capable of maintaining a temperature range of 34-36 degrees F. One freeze and one chill container will be staged at the CONUS warehouse site for loading in rotation. Contractor to provide chill/freeze temperature recording sheets and vessel logs that state sea conditions to Contracting Officer's Representative (COR) for each trip. 2. Estimated Cargo Description: Total cargo: A. Approximate Annual Weight and Volume (m/tons=measurement tons): 11,000,000 lb 16,000 m/tons B. Approximate Annual Load Breakdown by Type of Container: (1) CONEX (based on 85% cube rate): 210 boxes (5,800 m/tons) (2) Flat Racks: 145 boxes (3,900 m/tons) (3) Deck Cargo (including vehicles): 4,200 m/tons Open Top Containers: 32 (1,000 m/tons) (4) Chill Items: 31 boxes (833 m/tons) (5) Freeze Items: 28 Boxes (758 m/tons) C. Hazardous Materials/Waste: (1) Hazardous materials consisting of Department of Transportation (DOT) packaged flammables, corrosives, bottled gases, including chlorine and propane will be shipped from CONUS to ASD. (2) Hazardous waste will be transported from ASD to CONUS. Such waste will be in "over-packed" containers inside a trailer which conforms with DOT requirements for over-the-road transport. OTTO fuel liquid waste will be transported in a 5,000-gallon tank trailer. OTTO fuel solid waste will be shipped in 55-gallon drums. 2a. Load Terms: Liner-In 2b. Discharge Terms: F.I.O. ex S.S. 3. Loading Port(s)/Place(s): To be determined (Port of Palm Beach or Ft. Lauderdale/Dania, FL area) 4. Laytime: 1 day for discharge port SSHEX 5. Discharging Port(s)/Place(s): AUTEC Harbor at Andros Island, Bahamas. Port channel has a depth of 20 ft. with a dredged low tide controlling depth of 17 ft. and high tide controlling depth of 20 ft. alongside wharf and pier. Maximum vessel or barge beam is 48 ft. and the maximum LOA of vessel or barge is 250 ft. Shore cranes are currently available: one with a maximum lift capacity of 80-tons and the other with a maximum lift capacity of 35-tons, however these should be planned for use on an exception basis. Most operations are intended to be roll-on, roll-off (Ro/Ro). No tug service is available at this port for any kind of service. 6. Laydays: See Box 69 7. Terms/Conditions/Attachments added, deleted or modified: ADD V(b) "Loading and Discharging (F.i.o. ex s.s.)"; ADD V(c) "Loading and Discharging (Liner Terms)", For Load Port only; ADD -- V(d) "Loading and Discharging (F.i.o.s.s. with Owner-Furnished Lashing Gear)", For Discharge Port Only; ADD -- V(g) "Position Reports", (Attn: Glenda Hunter, email: glenda.hunter@msc.navy.mil, CDR Huber, email: cdr.huber@msc.navy.mil and LCDR Arias, email: msco port canaveral co@msc.navy.mil); V(g) ADD the following paragraph: "During hurricane season, all vessels in the MSCLANT operating area are required to submit position reports two times daily at 0600 and 1800 with the following information: Position: (LAT/LONG) Course: Speed: Bunkers %: Water %: Sea State: Wind Course/Speed:"; ADD V(i) "Tugs and Barges"; ADD V(l) "Nature of Contract (COA)"; ADD V(m) "Program of Shipments (COA)"; ADD V(n) -- "Vessel Nomination/Age Restriction (COA)"; ADD V(o) -- "Cancelling (COA)"; ADD V(s) "Charter Alterations (COA)'; ADD V(ac) "Securing and Stowage of Ammunition Containers"; ADD V(ad) "Explosive Warranty"; ADD V(ae) "Safety and Fire Protections and Lighting"; VI Change date of clause to "AUG 2000"; VII Change date of clause to "MAR 2000"; X Change date of clause to "OCT 2000"; X(j) Internet home page on third to last line is changed to http://www.customerserviced@dnb.com ; XII Change date of clause and dates of alternatives I and II to "OCT 2000"; 19. Rates (USD) 69. Program of Shipments: Biweekly trips to Andros Island, Bahamas are the norm, however, the Contracting Officers' Representative (COR)at MSCO PORT CANAVERAL may schedule as many as 12 additional annual trips as necessary. A minimum of 7 days notice will be given for additional voyages. III. Instructions to Offerors 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 for 26 individual voyages, single voyage rates for additional voyages up to 12, and demurrage rate per day pro rata. 2. Speed of Advance (SOA) and detailed itinerary. 3. Set of completed boxes (Ref (B), pages I-1 through I-5) 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/ go to Contracts then Library of Common Documents "Central Contractor Registration (CCR)". IV. For evaluation purposes the lumpsum for 26 voyages, the cost for optional individual voyages and one day demurrage rate will be evaluated. Signed: James Fischer, Contracting Officer, MSC, PM52
- Web Link
- Click on Contracts (http://www.msc.navy.mil)
- Record
- Loren Data Corp. 20001114/VSOL002.HTM (W-314 SN5063Z4)
| V - Transportation, Travel and Relocation Services Index
|
Issue Index |
Created on November 9, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|