Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2003 FBO #0502
SOLICITATION NOTICE

W -- Ship Rental

Notice Date
4/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Supply Service (FSS), Procurement Services Center (Chicago) (5FQP), 230 South Dearborn Street, Chicago, IL, 60604
 
ZIP Code
60604
 
Solicitation Number
Reference-Number-CPSA-CAP82-C
 
Archive Date
5/9/2003
 
Point of Contact
Vernice Green, Contracting Officer, Phone (312) 886-8909, Fax (312) 886-9467,
 
E-Mail Address
vernice.green@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and will only be available on the internet at http://www.fedbizopps.gov; .proposals are being requested and a written solicitation will not be issued. This is a request for quotation identified as CPSA-CAP82-C. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13. This solicitation is set aside for small business and the associated North American Industry Classification Systems (NAICS) code is 532411 and the size standard is $6 million. INTRODUCTION ? The General Services Administration has a requirement in support of the U.S. Geological Survey (USGS) requirement for a fully found, general purpose vessel, operating personnel, fuel, oil, food, and support equipment as specified to support marine geological and geophysical research. It is desirable to have the vessel acoustically quiet. Specific missions may include extended over-the-side wire-line operations, extended station keeping, and deployment of shallow and deep-towed instruments. Upon completion of mobilization in Redwood City, Ca., or a port within the planned work area, the vessel will transit and begin work in the waters between Pt Arguello and the Mexican border. The final decision on where the mobilization/demobilization will be is that of the USGS, it will be where it is most cost effective for the USGS. Bids should consider both options. The work is expected to take place in mid-July 2003 although a period between the 15th of June and ending no later than the eighth of August 2003 will be considered. The work is estimated to take 11 days in addition to 2 days transit, (only if the mobilization/demobilization is in Redwood City, Ca.) to and from the work area and 6 days mobilization and demobilization. The total ship time should not exceed 19 days. The objective of the marine geophysical and geological investigations is to collect geophysical data and seafloor samples. GENERAL REQUIREMENTS The contractor shall provide the fully found vessel, personnel, facilities, food, fuel, oil and support equipment to enable the Government to conduct continuous 24 hours per day, seven days per week, open ocean geologic and geophysical surveys. The contractor shall be responsible for all preparations and maintenance of the vessel and vessel equipment necessary to ensure safe and proper working conditions for extended periods at sea. The vessel shall meet all applicable U.S. Coast Guard requirements. The USGS will install, operate and maintain necessary geophysical and sampling equipment and instrumentation to accomplish the mission objective. Up to sixteen (16) scientists may be aboard during transit and data collection. MOBILIZATION/DEMOBILIZATION Mobilization represents the in-port period during which the USGS will load, install and test its Government-furnished property (GFP). This will start when the vessel has been made available at a port within the planned survey area or has been delivered to Redwood City, California. The contractor?s crew may be requested to assist in the loading and placement of the equipment. Mobilization is expected to take three to four days depending on the ship configuration. Demobilization represents the in-port period during which the Government-furnished property will be removed by the USGS at the port of mobilization or Redwood City, California. Demobilization is expected to take no longer than two days. Transit time is the time required for the vessel to travel from the mobilization port to the work area and return for demobilization. Operation at sea time is defined as that time the contractor?s vessel and crew is available and fully capable of at-sea operation. The course, direction and ship movement is at Government discretion with due consideration for ship safety as determined by vessel master. Contractor?s down time shall be defined as that period when the contractor?s vessel and/or crew is not capable of carrying out the Government?s mission. In port time is defined as that time in port required by the contractor to refuel, reprovision and resupply the vessel. It is also the time required to change out the scientific party and/or transfer scientific data acquired prior to the port call. Any such change out should not exceed twelve hours. The Government?s operation probably will not require port time during the 11 days of data collection at sea and the vessel should be prepared for continuous operation during this interval. DESIRED VESSEL SPECIFICATIONS SIZE: Minimum length of 135 feet with a breadth of at least 32 feet. SPEED: Vessel shall be self propelled, have a transit speed of at least nine knots in sea state 4, speed control of +/-0 .5 knots in the 0-4 knot range. The vessel should be capable of holding a constant speed of three knots and constant heading over an extended period of time. STATION KEEPING: Normal deck work through sea state 5; limited work through sea state 7; station keeping in 35 knot winds and sea state 5 and 2 knot current. ENDURANCE: Fourteen days minimum. ACCOMMODATIONS AND MESSING: The vessel shall have adequate accommodations for up to sixteen scientists (male and female) preferably in two-person staterooms. If less than 16 berths are available, the vessel will need to accommodate at least fourteen scientists in addition to a berthing van for 2 scientists (see optional government equipment listed below). Staterooms must have air conditioning. Linen and laundry facilities are to be provided. In addition to meals normally served at breakfast, lunch and dinner, the contractor shall provide for a midnight meal for up to nine persons. DECK WORK AREA; LAB AREA; POWER It is desired to have a minimum of 1200 contiguous square feet (20? x 60?) of clean deck area on the fantail to accommodate a steel-based winch weighing approximately 40,000 pounds and vans weighing up to 17,000 pounds each, in addition space to store and deploy sampling equipment. If the government provides a generator to accommodate the government-furnished property a diesel fuel hookup should be made available on the deck area. The deck must be able to withstand the weight of the government furnished property and be solid enough so that feet and tie downs can be used to securely fasten the vans and winches. The deck must be high enough off water so that electrical Government Furnished Property (GFP) are not in danger of swamping, and close enough to water so that sampling gear can be safely used. GOVERNMENT FURNISHED PROPERTY TO BE MOUNTED ON THE FANTAIL ITEM FOOT PRINT WEIGHT POWER NOTES 1 ea electronics support van 8?X 20? 12,000LBS 440VAC/480VAC 3 phase 40 amps each 1 ea support van 8?X 20? 17,000LBS 440VAC/480VAC 3 phase 40 amps each 1 ea support van 8?X20? 10,000lbs 208VAC 3 phase 30 amps 1 ea support van 8?X20? 12,000lbs 440VAC/480VAC 3 phase 40 amps OPTIONAL See note #1 1 ea berthing van this will sleep 2 8?X 10? 6,000LBS power from support van OPTIONAL see note #2 Electric winch 6?X4? 2,500LBS 440VAC 3phase 13.6amps 220VAC 3phase 27 amps Edgetech fish Coring winch 8?X8? 20 tons 460VAC 3 phase 125 amps 8? tall davit 2?X 2? hydraulic 12 kHz fish hydraulic power pack 3?X 4? 440VAC/480VAC 3 phase 25 full load amps generator 4?X 8? 5,000LBS diesel OPTIONAL See notes 3&4 1.This van is optional. If space is available it would be put on board for core storage and extra work space. 2. To be used in the event that the contractor cannot supply berthing for up to 16 scientists. 3. This will require a diesel fuel hook-up. 4. If needed, the USGS can provide this generator to power its own vans; the vessel must power the rest of the GFP. ALTERNATIVE TO GOVERNMENT FURNISHED VANS If the vessel cannot support the two electronics vans the vessel shall provide an adequate, air-conditioned, enclosed space with a minimum of 500 square feet. This space must have clean power (110vac/60hz 30 amps) for electronics equipment. It must also have at least two bulkhead fittings separated from each other to allow cables to be run from the lab space to the fantail. If this alternative is used then the USGS would still require 700 contiguous square feet, (20?x 35?) of clean deck area on fantail to mount the support van and winches, and from which to deploy the sampling gear. If this alternative is chosen by the contractor, then one more day of mobilization will be required but at no cost to the government. REQUIRED/DESIRED SHIP?S EQUIPMENT The vessel shall have an adequate stern U-frame/A-frame/davit to handle winch wire using a 30? diameter sheave. The A-frame should have a distance of fifteen to twenty feet below the pad eye to the deck, a minimum static load rating of ten tons, and a lifting capacity of seventy-five hundred pounds minimum. It is necessary to have an on-board crane capable of lifting a minimum of 2,500pounds to service the entire fantail area and for the vessel to have a capstan on the fantail for aft deck equipment rigging and emergency equipment recovery. SHIP?S CREW The Captain and Chief Mate need to have previous experience in operating vessels for station keeping abilities and seismic-reflection surveys. Resumes must be submitted. The following clauses/provisions are applicable to this solicitation: 52.215-1, Instructions to Offerors-Commercial Items-Evaluation - The Government will make award to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government; technical capability, past performance, experience and price/cost considered with technical factors being significantly more important cost or price. Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, the offeror must include a completed copy with its offer and complete and submit the following provision, Compliance With Veterans Employment Reporting Requirements, (a) The Offeror represents that, if it is subject to the reporting requirements of 38 U.S.C.4212(d) (i.e., the VETS-100 report required by the Federal Acquisition Regulation clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], or has not [ ] submitted the most recent reports required by 38 U.S.C.4212(d). (b) An Offeror who checks ?has not? may not be awarded a contract until the required reports are filed (31 U.S.C.1354); 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Addenda to FAR 52.212-4: The following clauses cited in 52.212-5 are applicable to this solicitation: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities, 52.222.37, Employment Reports on Disable Veterans and Veterans of the Vietnam Era. The Contractor agrees to comply with the following FAR clause(s) applicable to commercial services which the Contracting Officer has incorporated by reference to implement the provisions of law or executive orders applicable to the acquisition of commercial items or components: Clause 52.222-41, Service Contract Act of 1965, as amended ? Department of Labor Wage Determination No. 1994-2057, Revision No. 29, dated 09/05/02 is applicable to this solicitation. All responsible sources may submit an offer which will be considered.
 
Place of Performance
Address: Redwood City, CA, or a port within the planned work area, the vessel will transit and begin work in the waters between Pt. Arguello and the Mexican border.
 
Record
SN00303267-W 20030416/030414213706 (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.