Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
MODIFICATION

V -- DRY CARGO VOYAGE

Notice Date
8/26/2002
 
Notice Type
Modification
 
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
N000033-02-R-5607
 
Response Due
8/27/2002
 
Point of Contact
Vernon Cooper, Contract Specialist, Phone 202-685-5821, Fax 202-685-5852,
 
E-Mail Address
vernon.cooper@msc.navy.mil
 
Description
This is the Military Sealift Command, Sealift Program Management Office, Washington, DC Subj: RFP N00033-02-R-5607 Ref: (A) SF1449 (B) MSC DRYVOY 99 (Rev 1 (6-99)) Voyage Charter(s) for a U.S. or foreign flag self-sustaining 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 64 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, requests 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-5607 6. Solicitation Issue Date: 22 Aug 02 7. For Solicitation Information Call: Vernon Cooper (202) 685-5821 8. Offer Due Date: 10:00 EST 23 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 UNRESTRICTED 14. Method of Solicitation: RFP 18a. Payment Will Be Made By: 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: Voyage Charter for U.S. or Foreign Flag self-sustaining vessel capable of ballasting/deballasting to ensure low clearance equipment for safe loading and off loading. Vessel to transport cargo described herein. Owner to warrant that any and all regulatory compliances are maintained. Minimum required speed 10.5 knots laden in moderate weather. Contractor to furnish sufficient lashing gear. Owner to confirm compliance with IMDG/49 CFR HAZMAT Regulations and potential shortfalls are to be identified (IE A-76 Bulkhead). Selected vessel to provide detailed ship drawings of vessel in order to prepare stow plans and crew list (including officers/crew by nationality). 2. Cargo Description: Total cargo: 7 pieces approximately 468 sq. ft. (68.8 measurement tons) Broken Stow Factor: 25% cargo/square footage will vary +/- 10% Longest: 88 inches Widest: 108 inches Highest: 90 inches Heaviest: 3.8 S/Ts Ammo/Small Arms Class: 1.2g, 1.3g, 1.4g and 1.4s 3. Load: Liner-In Discharge: Liner-Out 4. Loading Port(s)/Place(s): Eastern Caribbean 5. Laytime: 1 Days SSHINC 5. Discharging Port(s)/Place(s): Chile 6. Laydays: 29 August/ 16 September 2002 7. Terms/Conditions/Attachments added, deleted or modified: ADD ? II(j)(3)- Charter reserves the right to declare increased valuation of cargo items prior to award. ADD ? III(n) ? United States of America must be named as an additional assured party on all applicable insurance policies. ADD ? IV(I) ? Owner must notify charter of any increased war risk insurance costs or changes in war risk exclusion zones prior to entry. ADD - V(c) - "Loading and Discharging (Liner Terms)"; ADD - V(g) - "Position Reports", ((Attn: Larry Riley email: larry.riley@msc.navy.mil, or fax: 202-685-5887, sdo@msc.navy.mil, tim.pickering@msc.navy.mil, cargo.mschq@msc.navy.mil). Position reports required 0600 and 1800 daily; ADD - V(k) "Supercargo and Government Representatives" 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 on 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 submission 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. Detailed Ship Plan and Crew List (including Officers/crew by Nationality). 6. Load capacities of ship's gear/cranes that will service the assigned cargo spaces. 7. Detailed ship drawings suitable for the preparation of stow plans. PLEASE ADVISE VESSEL?S ETA AT THE LOAD AND DISCHARGE PORTS/ITINERARY WITH YOUR PROPOSAL. 8. Listing of cargo handling equipment on ship (e.g. forklifts, spreader bars, etc.) 9. IF PART CARGO, REQUIRE EXACT SPACE AVAILABLE AND CONFIRMATION THAT THIS CARGO WILL BE LAST-IN, FIRST-OUT. 10. 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. Evaluation: Award will be made to lowest priced, responsive and responsible offeror. Price will be evaluated using the lump sum freight and 1 day of proposed demurrage/detention rate. The highest proposed demurrage rate in those offers with varying rates will be used in the price evaluation. V. OFFERORS SHALL PROVIDE A CERTIFIED CREW LIST PRIOR TO AWARD AND NO LATER THAN 48 HOURS PRIOR TO THE EMBARKING OF EACH INDIVIDUAL. THIS LIST SHALL INCLUDE LAST NAME; FIRST NAME; MIDDLE NAME (OR THE LETTERS ?NMN? IF NO MIDDLE NAME); SOCIAL SECURITY NUMBER; DATE OF BIRTH; CITY OF BIRTH; COUNTRY OF BIRTH; CITIZENSHIP; PASSPORT NUMBER AND ISSUING COUNTRY OF ALL CREWMEMBERS AND OTHER PERSONNEL ONBOARD THE VESSEL. A LIST OF ANY RELIEFS SCHEDULED ON THE VESSEL IS REQUIRED WITHIN 6 HOURS OF PERSONNEL CHANGE. THE LIST SHALL BE SUMBITTED IN AN ELECTRONIC FORMAT (MICROSOFT EXCEL). 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 the DD FORM 250-1) to the paying office identified in Box 18B of SF 1449. Signed: James S. Fischer, Contracting Officer, MSC, PM52 THIS IS THE MILITARY SEALIFT COMMAND, SEALIFT MANAGEMENT PROGRAM, WASHINGTON DC 26 AUG 02 NEGOTIATED PROCUREMENT RFP NO. N00033-02-R-5607 AMENDMENT NO. 0001 ************************************************************** URGENT ************************************************************** A. THE ABOVE-CAPTIONED SOLICITATION IS HEREBY AMENDED AS FOLLOWS: 1. THE ESTIMATED CARGO HAS BEEN INCREASED FROM 7 PIECES APPROX. 468 SQ. FT. (68.8 MEASUREMENT TONS) TO 17 PIECES APPROX. 1122 SQ. FT. (193 MEASUREMENT TONS). 2. THE TERMS HAVE BEEN UPDATED FROM LOAD: LINER-IN / DISCHARGE: LINER-OUT TO LOAD: LINER-IN / DISCHARGE: LINER-OUT (DOOR TO DOOR INLAND TO FINAL DESTINATION, APPROXIMATELY 75 MILES) RDD 20 SEP 02. 3. THE LAYDAYS HAVE BEEN CHANGED FROM 29 AUGUST/ 16 SEPTEMBER 02 TO 29 AUGUST/ 18 SEPTEMBER 02. 4. THE OFFER DUE DATE IS CORRECTED TO 12:00 PM WASHINGTON, DC LOCAL TIME 27 AUGUST 2002. B. ALL OTHER TERMS AND CONDITIONS AS AMENDED REMAIN UNCHANGED. SIGNED: CATHLENE JO STANGLER, CONTRACTING OFFICER, MSC LLLL
 
Place of Performance
Address: SEE DESCRIPTION
 
Record
SN00150346-W 20020828/020826213743 (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.