Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2002 FBO #0243
SOLICITATION NOTICE

V -- Dry Cargo Voyage

Notice Date
7/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-02-R-5293
 
Response Due
8/2/2002
 
Point of Contact
Rosalind Simon, Contract Specialist, Phone 202-685-5560, Fax 202-685-5852,
 
E-Mail Address
rosalind.simon@msc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
31 July 2002 This is the Military Sealift Command, Sealift Program Management Office, Washington, DC SUBJ: RFP N00033-02-R-5293 REF: (A) SF1449 (B) MSC DRYVOY 99 (REV 1 (6-99)) Voyage Charter(s) for a U.S. or Foreign Flag self-sustaining, RO/RO or RO/RO Tug/Barge vessel for the voyage described below. In accordance with the Military Cargo Preference Act of 1904 and Section IIIA.3 of the Voluntary Intermodal Sealift Agreement (VISA) at 66 Federal Register 10938-10948 dated 20 February 2001, preference will be given for U.S. Flag and VISA Participants. MSC Sealift Program Management Office, Code PM52P, request proposals for a vessel capable of meeting the transportation requirements described below. References below apply to the box layout of Refs (A) and (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.: N00033-02-R-52936. Solicitation Issue Date: 31 Jul 2002 7. For solicitation information call: Rosalind Simon (202) 685-5560 8. Offer due date: 11:00 AM EST 2 Aug 2002 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 100% Set Aside for Small Business SIC 4412/NAICS 48311 14. Method of Solicitation: RFP 18A. Payment will be made by: DFAS OMAHA 18B. Address: Commander, Military Sealift Command, N86, Washington Navy Yard, BLDG. 157, 914 Charles Morris Court SE, Washington, DC 20398-5540. II. DRYVOY BOXES 1. Vessel(s) Required: U.S. or Foreign Flag self-sustaining RO/RO or RO/RO Tug/Barge vessel. Vessel must be self-sustaining - to move approximately 8528 Sq ft/84 PCS/1723.4 measurement tons (+/-10% CHOP) excluding broken stow factor, of General Military cargo and ammo. Minimum speed required 5 knots laden. Contractor to provide lashing gear and ramps or other equipment to facilitate RO/RO operations. Vessel must be capable of ballasting/de-ballasting to ensure low clearance equipment safe loading and off loading. Contractor required to provide detailed drawings of the contracted vessel. Owner to warrant that any and all-regulatory compliance are maintained. 2. CARGO DESCRIPTION: TOTAL CARGO: APPROXIMATELY 8528 SQ FT/84 PCS/ 1723.4 measurement tons. Excluding broken stow factor: Cargo sq ft will vary(+/- 10% CHOP) of general cargo and ammo. Longest Piece: 315 IN Widest Piece: 127 IN Highest Piece: 144 IN Heaviest Piece: 23.3 stons Ammo: new explosive weight (new) a. M16 2 cases =3360 rounds 6.250kg n.e.w. b. 9mm 1 case = 2000 rounds, 790kg n.e.w. Includes 2 Military Super Cargo 2A. Load: Free-in 2B. Discharge: Liner-out 3. Loading port(s)/place(s): US Gulf 4. Laytime: 1 Day SSHEX 5. Discharging port(s)/place(s): Dominica 6. Laydays: 16 Aug 2002 7. Terms/Conditions/Attachments Added, Deleted or Modified: III(I) - Notwithstanding Subparagraph (1), Vessel to arrive at discharge port no earlier than 26 Aug 02 and no later than 1 Sep 02. ADD - V(C) - Loading and Discharging (Liner Terms): discharge port ADD - V(D) - Loading and Discharging (F.I.O.S.S. with owner furnished lashing gear); load port ADD - V(G) - "Position Reports", (ATTN: Larry Riley email: larry.riley@msc.navy.mil or FAX: 202-685-5829, sdo.msc@msc.navy.mil tim.pickering@msc.navy.mil msclantsdo@msc.navy.mil, cargo.mschq@msc.navy.mil . Position Reports required 0600 AND 1800 daily; VI - Change date of clause to "DEC 2001"; VII - Change date of clause to "NOV 2001"; X - Change date of clause to "OCT 2000"; X(J) - Internet home page of third to last line is changed to http://www.customerserviced@dnb.com XII - Change date of clause to "May 2001" and alternates I, and III to "OCT 2000"; III. Instructions to Offerors Offerors shall use the guidelines set forth in part X for submissions 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. Load capacities of ship's gear/cranes that will service the assigned cargo spaces. 6. Detailed ship drawings and vessel configuration suitable for the preparation of stow plans. 7. Listing of cargo handling equipment on ship (e.g. forklifts, spreader bars, etc.) 8. If part cargo, require exact space available. 9. 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. Offerors should provide a certified crew list prior to award and no later than 72 hours prior to delivery of the vessel at the load port. A list of any relief scheduled to board the vessel also is required within 6 hours of personnel change. This list shall include full name (including middle name or the letters NMN if no middle name), date of birth, place of birth, passport number and nationality of all crewmembers and other personnel onboard the vessel. The list shall be submitted in an electronic format (either Microsoft word or Microsoft excel). V. EVALUATION: Award will be made to lowest priced, responsive and responsible offeror. Price will be evaluated using the lump sum freight and ? day of proposed demurrage rate. The highest proposed demurrage rate in those offers with varying rates will be used in the price evaluation. VI. In the event of demurrage, all supporting documents as identified in the invoicing clause shall be submitted to the contracting officer for approval prior to submission of demurrage invoices. After receiving contracting officer's concurrence, owner may submit demurrage invoices with signed statement of facts, to the office identified in box 18B OF SF 1449. SIGNED: CATHLENE JO STANGLER, CONTRACTING OFFICER, MSC, PM52
 
Place of Performance
Address: US GULF TO DOMINICA
 
Record
SN00129626-W 20020802/020731213913 (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.