Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
MODIFICATION

P -- Vessel Defueling and Tank Cleaning Solutions-James River Reserve Fleet

Notice Date
2/20/2003
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 400 Seventh Street, SW., Room 7310, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
JRRF-0001
 
Response Due
2/28/2003
 
Point of Contact
Michael Delaney, Contracting Officer, Phone 202-366-2810, Fax 202-366-3237,
 
E-Mail Address
michael.delaney@marad.dot.gov
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO PROVIDE ADDITIONAL INFORMATION TO THOSE PARTIES INTERESTED IN SUBMITTING PROPOSALS IN RESPONSE TO THIS ANNOUNCEMENT. The following information is provided in response to questions MARAD has received regarding the JRRF vessel defueling and tank cleaning effort: 1. Question: Are all the ships in the JRRF available to be cleaned/defueled? Five ships at the JRRF are presently scheduled to be dismantled without prior defueling or tank cleaning. These ships are Mirfak, Catawba Victory, Mormac Dawn, Santa Isabel, and Santa Elena. While Contractors may still choose to submit proposals for the defueling/tank cleaning of these vessels, it is unlikely that the Government will award a contract for their defueling or cleaning outside of a total ship disposal solution. 2. Question: Will the Government supply barges to move the used fuel? Contractors must supply their own waste transport system. Government transport or barges are not available. Contractors? vessels are limited to five foot (5?) draft for using the approach channel to the JRRF boat basin. 3. Question: What help or facilities can or will the Government provide, and what will the cost be for their use? The Government can supply electricity (440 V, 200 amps, 3 phase), transportation to the vessels, crane service, and porta-potties. MARAD can furnish an 18-ton land crane; 15 and 10 ton floating cranes; forklifts to 15,000 lbs.; and a pier side berth for up to a sixty-foot (+/-) craft. However, there will be a charge for the use of Government cranes, personnel, tugs, and the Government will perform its own price adjustment to the contractor?s proposal to include these charges. For electricity, a disconnect box can be made available. Any support provided by the fleet would be based on the standard fleet hourly rate for a normal workday (0700-1440). Any time after normal working hours would be charged at an overtime rate of 1.5 times the standard rate. The type and extent of Government support required must be identified in the offeror?s proposal. 4. Question: Can we work on the ships outside of normal working hours? Contractors could be allowed to continue work on the ships outside of the JRRF normal working hours. Each request would be considered individually. Launch services are available M-F 0715 to 1440. Any launch services provided after these normal working hours are overtime. Overtime rate is the standard fleet hourly rate times 1.5. Launch services outside these days and times may be available, but this should be identified in the Offeror?s proposal. 5. Question: Can we move a ship to clean and defuel it? The vessels can be moved to an outside berth for work to proceed, however any shifting of vessels will be performed by Government personnel and tugs. Offerors/contractors are not permitted to move the vessels. If the contractor needed to shift a ship there would be a charge for these services which would be negotiated prior to contract award. This charge would or could include a) removal of the vessel from the row, and b) if located in the center of a row; the cost of moving a new vessel into that spot for row continuity purposes. Except for ships located at the end of a row, each ship taken out of a row would require a ship from another position and possibly another row to be inserted in its place. This in effect necessitates a removal and placement of two ships. The average time required for one evolution at JRRF is 745 man hours per event. This would be charged at the standard fleet hourly rate. 6. Question: Does MARAD have a priority list for cleaning/defueling the ships? In terms of priority, there is a list of the top 27 ships for disposal attached as an amendment to Announcement DTMA01E01001 posted on December 5, 2002. This list can be found on this web site under that announcement number. However, MARAD is interested in reducing the overall quantity of oil and fuels in the entire fleet, and is also interested in innovations that would allow it to accomplish this goal. Therefore, proposals are not limited to these 27 high risk ships. 7. Question: Is the contractor responsible for re-ballasting the ship after fuel removal? The contractor will be responsible for ballasting tanks and the final stability of the ship following the defueling and tank cleaning work. Ballasting the tanks with river water is acceptable. 8. Question: Who will provide line handlers during work? The contractor shall provide the line handlers necessary to adjust mooring lines as pumping and ballasting changes the ship?s draft. The JRRF would monitor this work. 9. Question: What new hardware would have to be supplied as part of the work? Tank covers would have to be replaced using new gaskets. Defective nuts, bolts and washers are also to be replaced. The contractor should allow for a renewal of studs based on an inspection of the vessel prior to submitting their proposal. Other existing hardware in serviceable condition can be reused. In addition, any repairs necessary to close a tank will be required, so that offerors should survey conditions prior to submitting proposals. 10. Question: To what standards would we have to clean the tanks? The minimum standard for tank cleaning would be ?Safe for hot work?. However, if offerors think they have another acceptable standard they should include and identify it in their proposal. 11. Question: Does MARAD have information on the quality and types of fuel in each tank? The quality and value of fuels in the ships are not known by the Government. If the contractor wishes to take samples from a ship or ships before submitting a proposal, this may be done by arranging a site visit with the JRRF. The Government does have sounding figures estimating the amount of fuel in each tank, as well as capacity figures for each tank 12. Question: Will the oil/fuel piping have to be cleaned as part of the work? Pricing is desired for either or both of the following methods: a) sealing the oil piping using DC type, inflatable, or expandable plugs, and alternatively, b) flushing and cleaning the oil piping. 13. Question: Can information regarding soundings and tank capacity be made available? This information is available from the JRRF upon request. Contact Bob Rohr at (757) 887-3233 x17. 14. Question: How much insurance will a contractor have to carry? This depends on the method of cleaning and defueling that is proposed and the number of ships it will involve. 15. Question: If a contractor submits a proposal for the February proposal(s) period, can they also submit a proposal(s) for the June submittal period? Yes. Contractors are not restricted on the number of proposals they submit. United States Government ?V Maritime Administration Program Research and Develop Announcement (PRDA) for National Defense Reserve Fleet (NDRF) Vessel Defueling/Removal and Tank Cleaning Solutions Description: The U.S. Department of Transportation, Maritime Administration (MARAD), South Atlantic Region, maintains ships stowage facilities for merchant and Navy ships at the James River Reserve Fleet (JRRF), located on the James River at Fort Eustis, VA. These ships have become obsolete due to age and contain various amounts of fuels, oil, lubricants, oily water and ballast water in their tanks. Some of the fuel tanks have leaks due to steel deterioration. MARAD is seeking innovative technical/management approaches to the environmentally safe and economically feasible defueling and removal of all petroleum products, as well as tank cleaning operations of obsolete vessels. (A complete listing of the vessels is attached for informational purposes as Attachment A. This list of ships is subject to change.) In addition to conventional fuel removal and disposal and tank cleaning techniques, innovative solutions are invited that employ modern environmentally safe technology, including, but not limited to, safe chemical or bio-remediation techiques that dispose of residual fuel and other petroleum products. Note that some listed ships (and/or components of listed ships) may be subject to a "hold" or "not available" status due to commitments for sales, loans, and donations which were made prior to procurement actions associated with this PRDA announcement. Offerors may respond to one or both parts (i.e., defueling and/or tank cleaning) for any or all of the obsolete vessels listed on Attachment A. Upon award, offerors will be required to identify the types of petroleum products, total quantity of the product, chemical analysis of the product, and the proposed methods of removal for the petroleum products from the vessel and their subsequent transportation to a disposal or recycling facility. MARAD anticipates that the costs of this project will be partially offset by the resale value of the fuel or petroleum product. Opportunities for Fleet Site Visits MARAD has established two periods, January 27-29, 2003 and May 19-21, 2003, for interested parties to visit the JRRF and view the ships listed in Attachment A. MARAD requests those interested in visiting the JRRF contact the point of contact (POC) not later than Friday, January 10, 2003 to register for the January 27-29 fleet site visit and not later than Friday, May 2, 2003 to register for the May 19-21 fleet sit visit. The POC will request information regarding the identity of the visitors and information regarding the company/organization the visitor represents, and assign a time for the visit. The JRRF POC is Mr. Mike Bagley (757) 887-3233 Ext. 0, e-mail sharon.nesbit@marad.dot.gov. Criteria for Evaluating/Selecting Proposals: Proposals in response to this PRDA must address, at a minimum, the following: ?Y Innovative technical/management approaches for the environmentally safe and economically feasible defueling and/or tank cleaning of the vessels identified in Attachment A ?Y Methodology for identifying the types, total quantity, chemical analysis, as well as the removal and disposal of the petroleum products ?Y Production throughput/capacity with schedule and funding/cost relationships ?Y Offerors' requisite and relevant experience with fuel removal and/or tank cleaning on obsolete vessels ?Y Funding requirements associated with the proposed approach In evaluating the offerors' submissions, the Government will consider the following criteria, listed in relative order of importance: ?Y Feasibility and likelihood of success of technical/management approach for the removal/disposal of petroleum products and/or tank cleaning of the vessels identified in Attachment A and the risks associated with the proposed approach ?Y Economic feasibility of the proposed approach(es) including schedule/cost assessments ?Y Type and sufficiency of proposed methodology for identification and chemical analysis of petroleum products ?Y Type and sufficiency of proposed removal/disposal of petroleum products and compliance with applicable laws ?Y Depth, relevance and currency of requisite experience with the removal/disposal of fuel/petroleum products and/or tank cleaning of obsolete vessels ?Y Realism and reasonableness of proposed funding requirements/costs when compared to the proposed technical/management approach(es) In selecting proposed solution(s), the Government will evaluate the overall best value to the Government, considering innovative technical solution(s) meeting the above listed minimum criteria at a reasonable price. The PRDA process permits the Government to evaluate each proposal on its own merit and potentially negotiate the implementation of a Pilot Program(s) for proof of concept/methodology, as well as to provide justification for budgetary purposes to support a proposed program. Unlike procedures associated with unsolicited proposals, submissions made under the PRDA will not be advertised and are considered confidential. Based on the evaluation results and budgetary constraints, the Government may choose to select none, part of, or all of the proposal(s) to implement the innovative solutions offered. The Government has the right to select or refuse any or all of the offers. Instructions for the Preparation of Proposals: To be given evaluation consideration, submissions in response to this PRDA must conform to the following standards: 1. Technical/production/management solutions, inclusive of the listing below, shall not exceed 25 typewritten pages, single sided, single spaced, Arial, 12 pitch: ?Y Production throughput/capacity ?Y Environmentally safe considerations ?Y Petroleum product abatement considerations ?Y Requisite experience 2. Funding/pricing requirements must be proposed in sufficient detail to show all anticipated costs associated with the removal/disposal of fuel and petroleum products, and/or tank cleaning of the vessel(s). Pricing information must be detailed enough to permit the Government to make a determination of cost realism and reasonableness when assessed against the proposed approach(es). Offerors must state how long their proposed prices and costs are valid for. Submission of pricing information shall not exceed 3 typewritten pages, single sided, single-spaced, Arial, 12 pitch. Individual offeror??s may submit multiple proposals. Each proposal must be separable and conform to the above criteria and instructions. Instructions for the Submission of Proposals: Initial responses to this PRDA must be submitted not later than 4:00 PM Eastern Standard Time (EST) on the last day of each of the response periods listed below and addressed to: U.S. Department of Transportation Maritime Administration Office of Acquisition, MAR-380 400 Seventh Street S.W., Room 7310 Washington DC 20590 Attn: Mr. Michael Delaney Offerors must submit eight (8) complete copies for each proposed approach, inclusive of technical/production/management and funding/pricing proposals. Alternatively, offerors may submit their proposals electronically. Electronic submissions must be submitted to the following e-mail address: Michael.Delaney@marad.dot.gov and contain the following subject line ??PRDA for Defueling/Tank Cleaning ?V Proposal Submission??. Any revisions to previously submitted proposals must be clearly identified as such. (Note that all electronic offers must be compatible with Microsoft Office 1997, North American version. Adobe acrobat files will also be accepted.) This notice shall be valid for one (1) year from the initial posting date unless otherwise canceled/amended. Proposal submission periods under this PRDA are as follows, unless otherwise canceled/amended: - February 24-28, 2003 - June 23-27, 2003 The submission address remains unchanged for subsequent proposals. Questions regarding this PRDA must be submitted in writing via e-mail to the following Internet address: Michael.Delaney@marad.dot.gov NOTE: THE E-MAIL??s SUBJECT LINE SHALL READ ??PRDA (#TBD) Question?? NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 01-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/MARAD/HQOA/JRRF-0001/listing.html)
 
Place of Performance
Address: Fort Eustis, Virginia
Country: US
 
Record
SN00293460-F 20030403/030401221844 (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.