Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2002 FBO #0081
SOLICITATION NOTICE

W -- COCO Storage facilities in the area of The Rhine River Between Mainz and Karlsruhe, Germany

Notice Date
2/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, VA, 22060-6222
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-02-R-0043
 
Response Due
4/25/2002
 
Archive Date
5/10/2002
 
Point of Contact
Evelyn Stanley, Contract Specialist, Phone 703 767-9346, Fax 703 767-9338, - Shedric Crump, Supervisory Contract Specialist, Phone 703 767-9347, Fax 703 767-9338,
 
E-Mail Address
estanley@desc.dla.mil, scrump@desc.dla.mil
 
Description
Contractor-Owned, Contractor-Operated (COCO) type Defense Fuel Support Point (DFSP) services are required in the area of THE RHINE RIVER BETWEEN MAINZ AND KARLSRUHE, GERMANY for the period beginning January 01, 2003 through December 31, 2003 (Basic one-year contract, with four (4) one-year options to renew). The purpose of this requirement is to obtain the necessary services and facilities to receive, store and ship one grade of Government-owned petroleum product (JP8). Terms and conditions applicable to the requirement are as follows: 1. AREA OF CONSIDERATION: Along the Rhine River between MAINZ and KARLSRUHE. 2. TANKAGE REQUIRED/ GRADE OF PRODUCT: Approximately 127,000 barrels (20,181 cubic meters (m3)) shell capacity is required to store Turbine fuel aviation, grade JP8. 3. ESTIMATED THROUGHPUT: 340,000 barrels per 12-month period, excluding initial fill and final shipment. Throughput is computed as follows: receipts plus issues divided by two. 4. RECEIVING CAPABILITY: (Note to FP: Barge issue/receipt rates to be listed as a separate, reimbursable contract line item.) a. Via Central European Pipeline System (CEPS) 24-hours per day, 7-days per week at a rate compatible with the CEPS requirement. b. The Contractor must also have the capability to receive by rail car and tank truck 5-days per week (Monday through Friday, local holidays excluded) between the hours of 0800 and 1700. Hours worked in excess of the stated ones will be on an overtime basis and treated in accordance with Clause G148.05, as required to receive product being returned from customers for various reasons. c. Via barge on a 24-hour per day, 7-days per week basis at a minimum receipt rate of 318 m3 (2,000 bbls) per hour. 5. SHIPPING CAPABILITY: (Note to FP: Barge issue/receipt rates to be listed as a separate, reimbursable contract line item.) a. Via the CEPS 24-hours per day, 7-days per week. The Contractor?s pumps used for delivering fuel into the CEPS shall have a performance capability to enable continuous delivery for long periods at pressures that are compatible with the CEPS requirements. b. Via tank truck 7-days per week (local holidays excluded), between the hours of 0800 and 1700. Hours worked in excess of the stated ones will be on an overtime basis and treated in accordance with Clause G148.05. Tank truck loading facility must be able to load two tank trucks (JP8) simultaneously. The truck loading facility and parking/turning area must be hard surfaced. c. Via rail car 24-hours per day, 7-days per week. d. Via barge 24-hours per day, 7-days per week basis at a minimum-shipping rate of 318 m3 (2,000 bbls) per hour. 6. CLAUSE B34.01, ANCILLARY FACILITIES: a. STORAGE TANKS AND FACILITIES: All tanks and facilities must meet the minimum requirement of the current API standards, the NFPA codes, and all local laws, regulations, etc., applicable to tanks and facilities of the type to be provided. Cone-roof tanks with interior floating roof pans are preferred, however, cone-roofed tanks without interior floating pans will be acceptable. A minimum of three tanks is required. The tanks shall be interconnected so as to provide the capability of re-circulating/filtering of products between tanks. A dedicated system is preferred; however, a common isolated system will be considered provided the offeror(s) submit the data required by Clause K13 (d). b. FILTRATION: Contractor-furnished filter separator system meeting the requirements of API Bulletin 1581, Group II, Class B is required. The capability must exist to filter the JP8 when needed during tank-to-tank transfers, shipping operations, when replacing dormant fuel or when re-packing the pipeline with fuel. The Government shall reimburse the Contractor for the cost of the replacement of filter elements, and disposal of the used filter elements. c. OFFICE SPACE: The Contractor shall provide office space of approximately 19 square meters (200 square feet) of office space and furniture at or near the DFSP for use by the Government Quality Surveillance Representative (QSR). The accommodations shall have proper lighting, heat, electrical outlets and ready access to potable water and to a rest room. Furniture items include a three drawer desk; one swivel chair with arms; one straight back chair, a 2-shelf bookcase; 3-drawer and a letter-size locking file cabinet. The Contractor shall provide janitorial services of the same quality and type that he provides for in his own facility to the QSR?s office. d. TELEPHONE: The Contractor shall provide a telephone for use by the QSR. A dedicated line is preferred; however, unlimited access to a phone in the immediate area is acceptable. The Government will reimburse the Contractor for installation charges and the monthly telephone bill upon presentation of supporting documentation and an invoice certified by the QSR. No fee or administrative charge will be allowed to be added to the bill. The government will not pay for the cost of internet service provider. That is a cost of doing business and should be factored into the base price (Internet connection fees (i.e.: AOL, EROLS, etc.)). e. FACSIMILE MACHINE: The Contractor shall provide unlimited access to a fax machine for the QSR for transmitting and receiving data between DESC activities and the Contractor?s terminal. The Government will reimburse the Contractor for the monthly charges associated with transmission of data upon presentation of supporting documentation and an invoice certified by the QSR. No fee or administrative charge will be allowed to be added to the bill. f. PHOTOCOPY MACHINE: The Contractor shall provide unlimited access to a photocopy type reproduction machine that is capable of handling letter and legal size copies. The Government will reimburse the Contractor, based on the number of copies reproduced, monthly upon presentation of supporting documentation and an invoice certified by the QSR. No fee or administrative charge will be allowed to be added to the bill. g. FUEL AUTOMATED SYSTEM (FAS) ADP EQUIPMENT: 1. The Contractor shall provide a computer system with the following minimum specifications: ? 733 Hz processor ? 128 MB RAM ? 10 GB HDD ? V710 Monitor ? 56K Modem ? Windows 2000 Operating System 2. The Contractor shall input inventory data of Government-owned product directly into the Government?s Fuel Automated System (FAS) utilizing the Government-furnished computer software. DESC will install the necessary software and provide training to minimum of two contractor personnel. Reference Clause I119.04 for additional information regarding the Government?s inventory data requirement. h. Testing: On site testing per Clause E-28 (b), (4), (6), (7), (9), and (10) is required. In the event Contractor will not provide its own personnel, facilities, or equipment to meet testing requirements outlined in the attachment, at the Government?s request the Contractor will be responsible for transporting all samples to a Government/commercial laboratory. The Contractor shall ensure that fuel specification tests required in attachment 4, Fuel Testing Requirements, MIL-T-83133 (Grade JP-8) are performed per contract clause C19.07. i. PARKING OF RAILCARS: The maximum of 150 tank railcars is included in the monthly use charge. The contractor shall be reimbursed for each tank railcar parking that exceeds 150-car limit per day. j. STORAGE OF PACKAGED PRODUCTS: The Contractor shall provide storage space for a "minimum" of 30 pallets (maximum 4 drums) for a total of a 120 drums of packaged products, although some pallets may be cans of packaged products (maximum 10 cans). The drums shall be 55 gallons each and the cans will be 5 gallons each with the estimated total quantities of each specified below. If additional storage space is available to store more than 30 pallets, please provide details based on a pallet consisting of four 55-gallon drums. The storage space shall be well ventilated but keep the packaged products free from the elements and in such a manner to prevent degradation of the containers and contamination of the product. It will be stored in accordance with any applicable environmental and fire regulations. Some of the packaged products are considered "Hazardous Material," specifics can be found on their individual MSDS sheets. The packaged products will include Fuel System Icing Inhibitor (FSII) meeting MIL-DTL-85470B; Corrosion Inhibitor (CI) meeting MIL-PRF-25017/QPL-25017 and shall be one of the following approved products: APOLLO PRI-19, OCTEL DCI-4A, HITEC 580, NALCO/EXXON 5403, MOBILAD F-800, IPC 4410, or IPC 4445); and Static Dissipator Additive (SDA) brand name Octel Stadis 450. The estimated quantity of packaged products to be stored are as follows: FSII = 28 pallets x 4 drums/each = 112 drums CI = 2 pallets x 3 drums/each = 6 drums SDA= 1 pallets x 10 cans/each = 10 cans
 
Place of Performance
Address: The Rhine River between Mainz and Karlsruhe
Country: Germany
 
Record
SN00027770-W 20020221/020219221433 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.