Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOLICITATION NOTICE

V -- DRY CARGO VOYAGE

Notice Date
12/6/2002
 
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
N00033-03-R-5231
 
Archive Date
12/25/2002
 
Point of Contact
Vernon Cooper, Contract Specialist, Phone 202-685-5821, Fax 202-685-5852, - Rosalind Simon, Contract Specialist, Phone 202-685-5560, Fax 202-685-5852,
 
E-Mail Address
vernon.cooper@msc.navy.mil, rosalind.simon@msc.navy.mil
 
Description
5 DECEMBER 2002 This is the Military Sealift Command, Sealift Program Management Office, Washington, DC Subj: RFP N00033-03-R-5231 Ref: (A) SF1449 (B) MSC DRYVOY 99 (Rev 1 (6-99)) Voyage Charter(s) for a U.S. or foreign flag cargo vessel, with gear, capable of both RO/RO and LO/LO operations in a single vessel lift. 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.: N00033-03-R-5231 6. Solicitation Issue Date: 5 Dec 02 7. For Solicitation Information Call: Vernon Cooper (202) 685-5821/ Rosalind Simon (202) 685-5560 8. Offer Due Date: 09:00 EST 10 Dec 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: DFAS-Omaha/FD, P.O. Box 7020, Bellevue, NE 68005 18b. Submit Invoices to: 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 cargo vessel, with gear, capable of both RO/RO and LO/LO operations in a single vessel lift through following ports on the indicated dates. Contractor to provide lashing gear sufficient for securing cargo and adequate cargo tie-down points to support cargo. Vessel to transport cargo described herein. Owner to warrant that any, and all regulatory compliances are maintained. Accommodations for 3 supercargo required. Minimum laden speed: 14 knots. 2. Cargo Description: Estimated cargo for the main body includes approximately 102 pieces of military equipment, which equates to approximately 21,228 (+/- 10% Chop) square feet and 5,141.7 measurement tons. Cargo includes:  14 ea. UH-60 helicopters for 5,642 square feet: 496?L x 117?W x 148?H @ approximately 8.2 STons ea. (114.8 STons total).  8 ea. AH-64 helicopters for 6,904 square feet: 603?L x 206?W x 145?H @ approximately 5.9 STons ea. (47.2 STons total).  37 ea. twenty-foot containers (TEU?s) for 5,920 square feet: 240?L x 96?W x 96?H @ approximately 104 STons total.  Approximately 43 ea. pieces of break bulk for 2,630 square feet: various dimensions and weights as follows: 2 ea. 108?L x 88?W x 90?H @ 1.8 STons 38 ea. 261?L x 35?W x 14?H @ 11.4 STons 1 ea. 108?L x 88?W x 3?H @ 0.2 STons 1 ea. 108?L x 88?W x 45?H @ 1.3 STons 1 ea. 108?L x 88?W x 67?H @ 2.6 STons Hazardous Material: Limited Hazardous Cargo will be included. Detailed list of classes being compiled. AMMO: None. Weapons: None. SUPERCARGOES: 3 Packing list will be available on 6 Dec 02 by fax or email: vernon.cooper@msc.navy.mil or (202)685-5821 rosalind.simon@msc.navy.mil (202) 685-5560 2. Load: Free-In Discharge: Free-Out 3. Loading Port(s)/Place(s): United States Gulf Coast 4. Laytime: 2 Days SSHINC 5. Discharging Port(s)/Place(s): North Sea (Europe) 6. Laydays: 22 December 2002/ Available to load 23 December 2002 7. Terms/Conditions/Attachments added, deleted or modified: III(i) - Notwithstanding subparagraph (1), vessel to arrive at discharge port no later than 09 Jan 03. ADD ? V(d) ? ?Loading and Discharging (F.I.O.S.S. with owner furnished lashing gear)? ADD - V(g) - "Position Reports", (Attn: Patrick Waddington & CAPT. James Smith email: patrick.waddington@msc.navy.mil; CAPT.smith@msc.navy.mil, or fax: 202-685-5887, sdo@msc.navy.mil, tim.pickering@msc.navy.mil, cargo.mschq@msc.navy.mil). Position reports are required 0600 and 1800 daily; The Military Sealift Command has implemented a fully automated satellite tracking system (ASTARS)for the purpose of providing In-Transit Visibility (ITV) of its vessels. To support this system MSC utilizes position data provided by a ship's INMARSAT-C Terminal (the terminal must have a GPS input). This is a critical requirement and is therefore mandatory. In order to initiate reporting and start receiving the required data from a ship, MSC needs to know the make and model of the INMARSAT C terminal, its registered identification number, and the specific satellite (POR, AORE, AORW, or IOR) it is currently logged on to. Once this information is received MSC technicians will remotely communicate with the terminal to activate reporting. When no longer required MSC technicians will stop the terminal from reporting. MSC technicians may require some assistance from ship's personnel should problems occur. The ship's terminal will accrue a nominal cost associated with the sending of small data packets. 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. 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)". Special Requirements: Should the selected vessel already have commercial cargo loaded aboard, or commercial cargo to be picked up, MSC will stipulate the carrier will ensure the SFOR 13 cargo is ?last on and first off,? and that the contract carrier provides detailed stow plans with cargo stowage locations and the order of vessel ports of call within the same established time frames. Any delays in the presentation of these plans within these time frames shall result in the contract vessel/carrier being held responsible for any delays, regardless of the number of lay days established within the MSC contract. Request that all prospective commercial carriers be required to submit the following:  All cargo and helos must be stowed under deck.  Provide detailed diagrams of vessel deck NLT 72 hours prior to arrival at the designated loading port.  If award is within 72 hours prior to arrival at designated loading port, plans of vessel deck will be made available within 24 hours of window.  Vessel must have tie down points to accommodate securing helos without the use of bull chains and/or blocking and bracing.  Remaining lashing to be patent lashing.  Load capacities of ship?s gear/cranes that will service the assigned cargo spaces.  Detailed ship drawings suitable for the preparation of stow plans. Include unusual obstructions or characteristics not readily discernable from deck drawings  Listing of cargo handling equipment on ship (e.g. forklifts, spreader bars, etc).  If part cargo, require exact space available.  Identify any restrictions regarding stowage of HAZMAT IMO restrictions. IV. Evaluation: Award will be made to lowest priced, responsive and responsible offeror. Price will be evaluated using the lump sum freight with one day demurrage. V. Offerors shall provide a certified crew list prior to award and no later than 96 hours prior to delivery of the vessel at the load port. A list of any reliefs scheduled on the vessel is required within 96 hours of personnel hange. This list shall include FULL NAME (INCLUDING MIDDLE NAME OR THE LETTERS NMN IF NO MIDDLE NAME), DATE OF BIRTH, PLACE OF BIRTH (CITY & COUNTRY) PASSPORT NUMBER, COUNTRY OF ISSUANCE AND NATIONALITY OF ALL CREWMEMBERS AND OTHER PERSONNEL ONBOARD THE VESSEL. THE LIST SHALL BE SUMBITTED IN AN ELECTRONIC FORMAT (EITHER MICROSOFT WORD OR MICROSOFT EXCEL). 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 to the office identified in Box 18b of SF 1449. VI. VOYAGE CHARTER FP CLAUSES. (1) Owner agrees that U.S. Armed Forces personnel may board the Vessel at any time at any location for U.S. national security purposes, gives consent for such boarding, and agrees to cooperate fully with such U.S. Armed Forces personnel on the boarding party. (2) Owner agrees to render all necessary assistance to such United States Armed Forces boarding party with respect to the identification of crew members or such others as may be aboard the Vessel, and to permit the United States Armed Forces personnel to search without limitation any and all vessel spaces for U.S. national security purposes. (3) Owner consents to the immediate removal of crewmembers or such others as may be aboard the Vessel deemed unsuitable for any reason by the Contracting Officer, or U.S. Armed Forces personnel. Owner agrees to replace any such crewmembers promptly so as not to delay prosecution of the voyage, and that such replacements will fully comply with all crew screening requirements. Charterer agrees to bear reasonable costs incurred by the Owner associated with any replacement, if necessary. (4) Owner understands and agrees that members of and equipment belonging to the Armed Forces of the United States of America will be embarked aboard the vessel during the period of the Charter. Charterer reserves the right, at Charterer?s sole option, to embark additional armed U.S. Armed Forces members, for the purposes of protection of the U.S. Armed Forces members responsible for the equipment as well as the equipment belonging to the U.S. Armed Forces. These additional force protection personnel will provide security in accordance with rules of engagement established by U.S. Military Authorities, and will operate under the command of competent U.S. Military Authorities. Charterer agrees to reimburse the Owner for the cost of such additional personnel at the rate set forth in the Charter for Supercargoes. Signed: Pearse A. McDade, Contracting Officer, MSC, PM52
 
Place of Performance
Address: See Description
 
Record
SN00218424-W 20021208/021206213643 (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.