Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21, 2000 PSA #2731
SOLICITATIONS

V -- TRANSPORTATION, TRAVEL, & RELOCATION SERVICES

Notice Date
November 17, 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-5209
Response Due
November 21, 2000
Point of Contact
Dale Rieck 202-685-5840 and Glenda Hunter 202-685-5843
E-Mail Address
Click here to contact Contract Specialist via e-mail. (dale.rieck@msc.navy.mil)
Description
1. Vessel(s) Required: U.S. or Foreign Flag vessel or tug/barge capable of maintaining 8 knots laden in moderate weather to deploy 12,351 square feet of cargo and 1 supercargo from Beaumont, TX to Castries, St. Lucia. Owner to provide equipment to include ramps or other equipment to facilitate RO/RO operations. Contractor to provide lashing gear. Owner to warrant that any and all regulatory compliances are maintained. Cargo Description: Total cargo: 12,351 sq. ft. of cargo: Longest: 507 inches Widest: 108 inches Highest: 154 inches Heaviest: 30 short tons Terms: Free-In/Liner-Out 3. Loading Port(s)/Place(s): Beaumont, Texas 4. Laytime: 24hrs SSHEX 5. Discharging Port(s)/Place(s): Castries, St. Lucia 6. Laydays: 26 Dec 00 (Commencing) 26 Dec 00 (Cancelling) Available to load 27 December 00 7. Terms/Conditions/Attachments added, deleted or modified: III(i) "Notwithstanding subparagraph (i), discharge to begin no later than 4 January, 2001 ADD -- V(c) "Loading and Discharging (Liner Terms)", applies to discharge port only; ADD V(d) "Loading and Discharging (F.i.o.s.s. with Owner-Furnished Lashing Gear)", applies to load port only; ADD V(i) "Tugs and Barges" ADD V(k) "Supercargo and Government Representitives" 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 Alternative I and II to "OCT 2000"; 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, demurrage and detention rates. 2. Speed of Advance (SOA) and detailed itinerary. 3. Set of completed boxes (Ref (B), pages I-1 through I-4) 5. Completed Representations and Certifications (Part XII, Ref (B)). 6. 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. Evaluation Lumpsum and half a day demurrage will be used for evaluation purposes only. Detention will be reviewed for reasonableness.
Web Link
Click here to download referenced documents. (www.msc.navy.mil/N10/library.htm)
Record
Loren Data Corp. 20001121/VSOL002.HTM (W-322 SN507026)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on November 17, 2000 by Loren Data Corp. -- info@ld.com