Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 4, 2001 PSA #2822
SOLICITATIONS

V -- WATER TRANSPORTATION

Notice Date
April 2, 2001
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-5239
Response Due
April 3, 2001
Point of Contact
Dale Rieck (202)685-5832 and Mike Johnson (202)685-5840
E-Mail Address
Click here to contact Contract Specialist via e-mail. (Dale.Rieck@msc.navy.mil and Michael.Johnson@msc.navy.mil)
Description
I. Standard Form 1449 Boxes 5. Solicitation No.: N00033-01-R-5239 6. Solicitation Issue Date: 02 APR 01 7. For Solicitation Information Call: Mike Johnson at (202)685-5840 or Dale Rieck (202)685-5832 or by email at michael.johnson@msc.navy.mil or dale.rieck@msc.navy.mil 8. Offer Due Date: 0800 EST 03 APR 2001 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. Vessels Required: U.S. or foreign flag vessels of which at least one must be a RO/RO vessel with self-sustaining ramp to support roll-on/roll-off cargo described in Box 2. Maximum vessel length 750 feet (due to restrictions in Bourgas). Distance from water level at high tide to port cranes is 80 feet at Bourgas. Any ship must be able to accommodate this restriction to be supported by the port of Bourgas for LO/LO operations. RO/RO vessel(s) must have a slewing stern or bow ramp, or port or starboard quarter ramp. The government will utilize accommodations for up to 15 supercargoes if available. Minimum laden speed is 15 knots in moderate weather. Owner to warrant that any and all regulatory compliances are maintained. 2. Cargo Description: Movement of 181,616 sq. ft. of cargo (+ or -- 10% CHOP) from Beaumont, TX to Bourgas, Bulgaria. Approximate breakdown of cargo is as follows: 20 ft. containers 37,760 sq. ft. (approx. 236 20 ft. containers) will be lifted on/off by Government. Roll-on/Roll-off cargo: Helicopters (34) 17,598 sq. ft. total. Other 126,258 sq.ft. (vehicles, generator sets, truck equipment, boxes, etc.) Heaviest piece: 54.7 Stons Longest: 646" Widest: 206" Highest: 224" Helicopters must be stowed below deck. Helicopters are not to be lifted on or off the ship. Helicopters are: 8 @ 646"L x 117"W x 148"H 8 @ 592"L x 206"W x 140"H 8 @ 408"L x 74"W x 115"H 4 @ 609"L x 149"W x 224"H 6 @ 496"L x 117"W x 105"H Cargo will include hazardous materials of Classes 2.1, 2.2, 3, 4, 5, 6, 6.1, 7, 8, and 9. Also included are small amounts of Class 1 which are an integral part of the helicopters and will be traveling under DOT/CAA exemption. Vessels are to be prepared to stow bulk fuel carriers on the weatherdeck. Packing is available upon request. 2a. Load: Free-In 2b. Discharge: Free Out 3. Loading Port(s)/Place(s): Beaumont, TX 4. Laytime: 5 days SSHINC Total Discharging Port(s)/Place(s): Bourgas, Bulgaria 5. Laydays: 09 Apr 01 / 14 Apr 01 available to load 10 Apr 01. Layday periods of 9-10, 11-12, and 13-14 April will be assigned based on vessel availability. 7. Terms/Conditions/Attachments added, deleted or modified: III(i) -- Not withstanding Subparagraph (1) expected arrival of all ships in Bulgaria 01-04 May 01 ADD -- V(d) -- "Loading and Discharging (F.i.o.s.s. with Owner-furnished lashing gear)"(both ports); ADD -- V(g) -- "Position Reports", (Attn: CAPT Christa Faehndrich, email: capt.faehndrich@msc.navy.mil fax: 202-685-5852); ADD -- V(k) -- "Supercargo and Government Representatives" ADD -- V (ac) -- "Securing and Stowing of Ammunition Containers" (if applicable) ADD -- V (ad) -- "Explosive Warranty" (if applicable) ADD -- V (ae) -- "Safety and Fire Protections and Lighting" (if applicable) VI -- Change date of clause to "FEB 2001"; VII -- Change date of clause to "DEC 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 rate for each ship offered. If more than one ship is offered, offerors must state whether each vessel is offered separately. Offeror must state layday periods available and preference for each vessel, including different price, if applicable. 2. Speed of Advance (SOA) laden and detailed itinerary. 3. Set of completed boxes (Ref (B), pages I-1 through I-4) 4. Request that proposals include: -- detailed deck drawings suitable for the preparation of stow plans -- notice of cargo spaces not available for stowage of this cargo at Beaumont -- notice of any unusual obstructions or characteristics of cargo space not readily discernible from deck drawings -- listing of cargo handling equipment on ship, e.g. forklifts, spreader bars, etc. available to the military for load/discharge of the cargo 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/N10/library.htm under "Central Contractor Registration (CCR)". IV. Evaluation: Award will be made to one or more than one offeror based on the Government's evaluation of the lowest total price for the combination of upto 3 vessels offered that can meet the delivery requirements herein. Price will be evaluated using the lump sum freight and 2.5 days of proposed demurrage rate. The highest proposal demurrage rate in those offers with varying rates will be used in the price evaluation.
Web Link
Click here to download referenced documents. (www.msc.navy.mil/N10/library.htm)
Record
Loren Data Corp. 20010404/VSOL001.HTM (W-092 SN50H9X8)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on April 2, 2001 by Loren Data Corp. -- info@ld.com