Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11, 2000 PSA #2744
SOLICITATIONS

V -- OCEAN TRANSPORT OF CARGO FROM PUERTO RICO TO GUATEMALA

Notice Date
December 7, 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-5216
Response Due
December 11, 2000
Point of Contact
Mark Chadwick (202) 685-5829 or Dale Rieck (202) 685-5840
E-Mail Address
Contract Specialist (mark.chadwick@msc.navy.mil)
Description
+ 07 December 2000 This is the Military Sealift Command, Sealift Program Management Office, Washington, DC Subj: RFP N00033-01-R-5216, Ponce, Puerto Rico to Santo Tomas Castilla, Guatemala. Ref: (A) SF1449 (B) MSC DRYVOY 99 (Rev 1 (6-99)) THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE Voyage Charter for U.S. flag self-sustaining vessel(s) or tug(s)/barge(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 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.: N00033-01-R-5216 6. Solicitation Issue Date: 07 Dec 00 7. For Solicitation Information Call: Mark Chadwick, (202)685-5829 8. Offer Due Date: 1200 EST 11 Dec 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 A Set-Aside 100% for Small Business. NAICS Code 483111, Size 500. 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. VesselRequired: U.S. flag self-sustaining vessel(s) or tug(s)/barge(s) capable of transporting cargo described in Box 2. Vessel/barge equipment must include ramps capable of meeting the cargo requirements in Box 2 to facilitate RoRo operations. Contractor must furnish lashing gear sufficient for securing cargo. Owner to warrant that any and all regulatory compliances are maintained. Minimum laden speed in moderate weather, 7 knots. 2. Cargo Description: Deploy 49,811 sq. ft. of cargo from Ponce, Puerto Rico to Santo Tomas Castilla, Guatemala. Cargo is primarily rolling stock. Extreme dimensions are: Longest- 354 inches Widest- 144 inches Tallest- 152 inches Weight- 27 s/tons Packing list available upon request. Mark Chadwick (202)685-5829 or email mark.chadwick@msc.navy.mil. 2a. Load: Free-In 2b. Discharge: Liner Terms 3. Loading Port(s)/Place(s): Ponce, Puerto Rico 4. Laytime: 2 days SSHEX 5. Discharging Port(s)/Place(s): Santo Tomas Castilla, Guatemala 6. Laydays: 09 Jan 01/10 Jan 01 available to load 10 Jan 01 7. Terms/Conditions/Attachments added, deleted or modified: III(i) Not withstanding Subparagraph (1) expected discharge in Santo Tomas Castilla, Guatemala no earlier than 20 Jan 01 and no later than 26 Jan 01. ADD -- V(c) -- "Loading and Discharging (Liner terms)"(discharge port only); ADD -- V(d) "Loading and Discharging (F.i.o.s.s with Owner-Furnished Lashing Gear)"; Load port only; ADD -- V(g) "Position Reports", (Attn: Glenda Hunter, email: glenda.hunter@msc.navy.mil fax: 202-685-5852); ADD V(i) "Tugs and Barges"; (if applicable) VI Change date of clause to "AUG 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 Alternates I, II and III 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 and demurrage/detention rate. 2. Speed of Advance (SOA) laden and detailed itinerary. 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)". IV. Evaluation: Lump sum and one (1) day of demurrage rate will used in evaluating price. Signed: Cathlene Jo Stangler, Contracting Officer, MSC, PM52
Web Link
Click on Contracts (http://www.msc.navy.mil)
Record
Loren Data Corp. 20001211/VSOL001.HTM (W-342 SN5083B7)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on December 7, 1988 by Loren Data Corp. -- info@ld.com