Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17, 2001 PSA #2894
SOLICITATIONS

R -- OPERATION AND MAINTENANCE OF MOTOR VESSEL INDEPENDENCE AND SUPPORT OF OFF-SHORE MISSIONS

Notice Date
July 13, 2001
Contracting Office
NAVFACENGCOM Contracts Office, CODE NF20, BLDG. 41, NAVFACENGCOMDET-NFI, 3502 Goodspeed St., Suite 2, Port Hueneme, CA 93043-4306
ZIP Code
93043-4306
Solicitation Number
N47408-01-R-2236
Response Due
September 17, 2001
Point of Contact
Carolyn Contreras, (805) 982-5195
E-Mail Address
Questions shall be submitted in writing to Carolyn (ContrerasCM@cbchue.navfac.navy.mil)
Description
The Naval Facilities Engineering Command Contracts Office for the Naval Facilities Engineering Service Center intends to competitively acquire technical and engineering services for the Operations and Maintenance of the M/V INDEPENDENCE in support of the ocean RDT&E and ocean construction programs. The requirements are for vessel operations, maintenance, and logistics support for these efforts. The at-sea tasks involve complex vessel handling, ROV operations, instrumentation and power cable laying, ocean surveys, hydrodynamic tow tests (surface and subsurface), load handling, equipment deployment and recovery, search and recovery operations, and other ocean platform tasking utilizing dynamically positioned station keeping, and precise surface and subsurface navigation onboard the Motor Vessel (M/V) INDEPENDENCE, a non-inspected, 200 foot offshore tug/supply vessel. This contract is not simply an effort to "operate a vessel from port A to Port B". The work involves complex vessel handling, maneuvering, and load handling. Knowledge of, and experience in, vessel support toward accomplishing at-sea ocean tasks is mandatory. The contractor shall provide a team of technical and crew services necessary to operate the M/V INDEPENDENCE, with crew and appropriate supervision to perform support services including, operation, maintenance, management and modifications to the M/V INDEPENDENCE and support hardware necessary to support the at-sea tasks. The Navy anticipates a CPFF Delivery Order contract to be issued. The anticipated contract will be one year with four oneyear options. The anticipated level of effort is roughly 42,000 man-hours per year. Offerors must be wholly-owned U.S. firms with no Foreign Ownership, Control, or Interest (FOCI) as defined in Section 3 of the National Industrial Security Program Operating Manual, DOD 5220.22M. At time of award, the contractor shall possess a Top Secret facility clearance. Also, at time of award, 8 of the 11 crew members and contractor's Security Officer shall have a satisfactory Single Scope Background Investigation (SSBI) completed within the last five years under the provisions of DCID 1/14. The following crew members shall have an SSBI: (1) Master, (2) Master/Mate, (3) Chief Engineer, (4) Assistant Engineer, (5) Cook, (6) Lead Able Body Seaman, (7) Able Body Seaman or Ordinary Seaman, and (8) Assistant Engineer or Seaman of any level. The Solicitation will be limited to those potential offerors who have the required security clearances. Primary Technical requirements are as follows: (1) Management. The contractor shall furnish the administrative and managerial services necessary to conduct the administration and security of the M/V INDEPENDENCE. (2) Liaison. The contractor shall provide services such as cruise planning, overhaul and dry-dock planning, maintenance analysis and planning, assessment of equipment and instrumentation requirements, logistic support, selection of operational areas, and vessel routing. (3) Operations. The contractor shall operate and staff the M/V INDEPENDENCE at all times in accordance with the Statement of Work. In addition, delivery orders typically include Cruise Plans that identify the exact requirements of the M/V INDEPENDENCE to successfully accomplish the experiments. Precise station keeping, close quarters towing, cable deployment and recovery operations, and 24-hour operations are common requirements. (4) Maintenance. The contractor shall provide preventative and corrective maintenance in accordance with, NFESC, USCG, ABS, equipment specifications and good commercial practice. (5) Engineering. The contractor shall provide services to recommend, design, install, operate and or evaluate project equipment and instrumentation. (6) Logistics. The contractor shall make arrangements for logistic support necessary for both atsea and inport operations. The Solicitation will be limited to those potential offerors who have the required security clearances. Only written requests for the solicitation will be honored.
Record
Loren Data Corp. 20010717/RSOL006.HTM (W-194 SN50R7V2)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on July 13, 2001 by Loren Data Corp. -- info@ld.com