Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2002 FBO #0255
SOURCES SOUGHT

X -- Sources Sought for Firms Interested In Leasing and Renting Fleet Tug T-ATF 167 (EX-USNS NARRAGANSET) From the Government

Notice Date
8/12/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-N00421-02-SS-MR01
 
Response Due
8/30/2002
 
Point of Contact
Mary Roland, Contract Specialist, Phone (301) 757-9709, Fax (301) 757-0200, - Thomas Stann, Contract Specialist, Phone (301) 757-9714, Fax 301-757-9760,
 
E-Mail Address
RolandMC@navair.navy.mil, stannte@navair.navy.mil
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, Atlantic Ranges and Facilities Department, Range Operations Division (Competency 5.1.1) is seeking firms interested in leasing and renting Fleet Tug T-ATF 167(EX-USNS NARRAGANSET) from the Government. This lease/rent constitutes a bareboat or demise charter of the vessel, as those terms are typically understood and construed under maritime law. The vessel and related equipment, material and other supplies (if any) are leased/rented on an "as is, where is" basis without warranty (e.g., seaworthiness) or representation of any kind, express or implied. After delivery of the vessel to the Lessee, the Lessee will, at its own expense, remove the vessel to a commercial berth to be identified by the Lessee, and furnish all facilities and accomplish all work required to place the vessel in operation. The Lessee shall provide personnel, operational and technical support ashore and afloat, equipment, tools, provisions, and supplies to operate and maintain under the requirements of the lease/rental. Lessee will be required to operate the vessel in a manner consistent with the practices of the Marine industry. The lease/rental will require that the vessel be used to support offshore salvage facilities and to support salvage and salvage related work including, but not limited to, towing, search and recovery operations, search and rescue operations, laying and recovering mooring legs, laying and recovering beach gear, offshore support operations, fire-fighting, test program support, oil spill response support and related missions. Lessee shall at all times give priority to work for the Government as identified by the Procuring Contracting Officer or Administrative Contracting Officer. All hull, mechanical, electrical, and auxiliary systems shall be maintained by the Lessee at an acceptable level throughout the lease period. Lessee will be responsible for performing scheduled and unscheduled maintenance and repairs, as necessary. This office anticipates award of a contract for this lease/rental no later than 08 November 2002. The period of performance of the resultant contract will be five years. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation shall address, as a minimum prior/current corporate experience demonstrating knowledge of the operation and maintenance of vessels and past experience. The capability statement package shall be sent by mail to the following address: Department of the Navy, Contracts Department (AIR-2.5.1.), Code 251711, Building 588, Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 9, Patuxent River, Maryland 20670-1463; or by facsimile to (301) 757-0200. Submissions must be received at the office cited no later than 4:00 p.m. Eastern Daylight Savings Time on 30August 2002. Questions or comments regarding this notice may be addressed to Ms. Mary Roland at (301) 757-9709.
 
Place of Performance
Address: LESSEE SITE (COMMERCIAL BERTH TO BE SELECTED/PROVIDED BY THE SUCCESSFUL OFFEROR.
 
Record
SN00138799-W 20020814/020812213726 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.