Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2002 FBO #0125
SOLICITATION NOTICE

X -- COCO Storage Services with Bunkering Requirement.

Notice Date
4/4/2002
 
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-0069
 
Response Due
5/9/2002
 
Archive Date
5/9/2002
 
Point of Contact
Alicia Williams, Contract Specialist, Phone 703 767-9340, Fax 703-767-9338, - Shedric Crump, Supervisory Contract Specialist, Phone 703 767-9347, Fax 703 767-9338,
 
E-Mail Address
awilliams@desc.dla.mil, scrump@desc.dla.mil
 
Description
Solicitation SP0600-02-R-0069 for COCO Storage Services required on the western side of Panama. Defense Fuel Support Point services are required for the period beginning August 1, 2002 (performance period will be one year with four one-year options to renew or five-year multi-year contract). The purpose of this requirement is to obtain the necessary facilities and services capable of receiving, storing, and shipping one grade of Government-owned petroleum product (Turbine Fuel Aviation Grade JP5) and to provide bunker product f.o.b. destination as ships? bunkers into various types and sizes of U.S. military and federal civilian vessels for immediate consumption by the vessel. 1. JP-5 STORAGE REQUIREMENT: a. AREA OF CONSIDERATION: The Pacific Ocean side of Panama. b. TANKAGE REQUIRED: Approximately 27,000 barrels capacity is required, with a minimum of two tanks required interconnected and isolated from other facilities and products handled within the tank farm per contract Clauses 11.01-4 and L116.01. c. GRADE OF PRODUCT: The facility will be utilized to store and handle Aviation Turbine Fuel, Grade JP5 (Sampling and testing requirements are enclosed). d. ESTIMATED THROUGHPUT: Estimated throughput for this system is approximately 10,000 bbls per calendar year, excluding initial fill. Throughput is computed as follows: receipts plus issues divided by two. e. RECEIVING CAPABILITY: Receipt capability via ocean-going tankers and barges is required on a 24 hours per day, 7 days per week schedule at receiving rates compatible with the mode of transportation tendered, normally 1,272 m3 (8,000 bbls) per hour for tankers and 318 m3 (2,000 bbls) per hour barges. Lesser receiving rates will be considered but will be factored in cost assessments when evaluating offers. US vessels shall have priority berthing rights for receipt of fuel at the dock and other required services. f. SHIPPING CAPABILITIES: (1) VESSELS: The Contractor shall have the capability to provide pier-side, dedicated pipeline-service, aviation bunkering (JP5) to all U.S. Navy, U.S. Coast Guard, and other DoD sponsored vessels on a 24-hour per-day, 7-day per week basis. During pier-side operations, the Contractor shall maintain/control the loading rate in a manner commensurate with the receipt capability of the vessel. The Contractor shall continuously monitor all pier-side fueling operations for safety and environmental compliance. The Contractor shall be responsible for obtaining start, mid-batch, and end-batch line samples of the product being loaded. Samples shall be obtained and tested and/or inspected in accordance with Attachment 1, ?Minimum Testing Requirements, MIL-DTL-5624 (Latest Revision), Grade JP-5?. The Contractor shall also provide a copy of the latest laboratory analysis for the loading tank to each receiving vessel. The Contractor shall ensure that appropriate shipping documents are properly prepared and distributed (F1.05 Clause). (2) TRUCK LOADING: The Contractor shall have the capability to safely load and ship tank trucks on a 24-hour per day, 7-day per week basis. The estimated number of tank truck shipments for each 12-month contract period is 60. The Contractor will be reimbursed for the direct out of pocket cost associated with the tank truck shipments. The Contractor's invoices shall be supported with copies of the tank truck companies invoice, the appropriate shipping document(s) and the commercial bill of lading. The Contractor shall also be responsible for the following actions: (a) Inspecting tank trucks to ensure suitability to load US Government-owned product, pilferage prevention assessments of tank trucks (F1.05 Clause). (b) Obtaining samples after completion of truck loading. Samples shall be obtained and tested/inspected in accordance with Attachment 1, ?Minimum Testing Requirements, MIL-DTL-5624 (Latest Revision), Grade JP-5?. The Contractor shall provide a copy of the laboratory analysis for loading tank to each tank truck. (c) Arranging and providing tank truck services for the delivery of JP5 to U.S. Navy ships and U.S. Coast Guard vessels. The Contractor shall be responsible for initiating an agreement with a qualified trucking company capable of providing clean tank trucks at the Contractors facility with 24 hours notice. The Contractor shall inspect each tank truck to ensure the truck is clean. The tank trucks must have a minimum capacity of 5,000 gallons. Product delivery shall be accomplished in compliance with the Transportation and Environmental rules and regulations of Panama. (d) Affixing serially numbered seals to all tank truck dome lids, hatches, and other access points to the tank compartments after each truck has been loaded and providing the required shipping documents and the Commercial bill of lading. The Contractor shall ensure that appropriate shipping documents are properly prepared and distributed (F1.05 Clause). g. CLAUSE B34.01. ANCILLARY FACILITIES: (1) FILTRATION: Contractor-furnished filter/separator system shall be utilized when loading tank trucks for delivery to US vessels. The filter/separator system must meet the specifications outlined in the current revision of the American Petroleum Institute (API) Bulletin 1581 (Specifications and Qualifications Procedures for Aviation Jet Fuel Filter/Separator), Group II, Class B. (2)DOCK AND BERTHING: Dock and berthing facilities capable of receiving and berthing fully loaded tankers not to exceed 35,000 dead weight (DWT) with a draft of 36.5 feet at mean low water. A minimum water depth of 38 feet at mean low water is also required in all passes and channels from the open sea to the docking facility. (3) SAMPLING AND TESTING: Product sampling and testing shall be accomplished per Attachment 1 (Testing Requirements, MIL-DTL-5624, Grade JP5) and Clause E28. The Contractor shall indicate how the testing will be accomplished at Clause C19.07. (4) INVENTORY: 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 a minimum of two contractor personnel. Reference Clause I119.04 for additional information regarding the Government?s inventory data requirement. The Contractor shall provide a computer system that is capable of loading and providing inventory information into the FAS with the following minimum specifications: 733 Hz processor, 128 MB RAM, 10 GB HDD, V710 Monitor, 56K Modem, Windows 2000 Operating System. (5) In the absence of any contract provisions or reference to a method, specification, or instruction, the Contractor shall perform all services hereunder in accordance with the best commercial practices. h. All standard clauses that apply to COCO contracts are applicable to this requirement. 2. BUNKER SERVICE REQUIREMENTS: a. SHIPS' BUNKERS. The Marine Gas Oil (MGO) bunker requirements listed below are required in Vasco Nunez de Balboa. Unless otherwise stated, the supplies shall be furnished f.o.b. destination as ships' bunkers into various types and sizes of U.S. military and federal civilian vessels for immediate consumption by the vessel. Unit prices are for product delivered inclusive of all delivery charges. Depending on the delivery conveyance's size, quantities ordered and delivered by truck or barge (as contracted) may require utilization of more than one truck or barge or return trips to fulfill the ordered fuel quantity.
 
Place of Performance
Address: COCO facility located in the Panama area.
 
Record
SN00053232-W 20020406/020404213101 (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.