Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2003 FBO #0619
SOLICITATION NOTICE

V -- TANKTIME

Notice Date
8/8/2003
 
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-5418
 
Response Due
8/12/2003
 
Archive Date
8/15/2003
 
Point of Contact
Vernon Cooper, Contract Specialist, Phone 202-685-5821, Fax 202-685-5852, - Vernon Cooper, Contract Specialist, Phone 202-685-5821, Fax 202-685-5852,
 
E-Mail Address
vernon.cooper@navy.mil, vernon.cooper@navy.mil
 
Description
8 August 2003 This is the Military Sealift Command, Sealift Program Management Office, Washington, DC Subj: RFP N00033-03-R-5418 Ref: (a) SF 1449 (b) MSC TANKTIME 08/00 MSC Sealift Program Management Office, Code PM51P, requests proposals for vessel(s) capable of meeting the transportation requirements described below. The paragraph numbers below apply to the box layout of references (a) and (b) which are incorporated herein by reference (available on the MSC web site at http://procurement.msc.navy.mil/Contract/Welcome.jsp, under "Proforma," or upon request) and shall be the charter form of any contract resulting from this solicitation. By submission of a proposal, the offeror confirms agreement with all terms and conditions of this solicitation and the charter form, unless otherwise identified therein. I. Standard Form 1449 Boxes 2. Contract No.: will be provided upon award 5. Solicitation No.: N00033-03-R-5418 6. Solicitation issue date: 8 August 2003 7. For solicitation information call: Vernon Cooper (202) 685-5821 fax (202) 685-5852, (202) 685-5850 8. Offer due date: 12 August 2003 11:00 EST 9. Issued by: Commander, Military Sealift Command, Sealift Program Management Office, Code PM51P, Bldg 210, Rm 275, 914 Charles Morris Court SE, Washington Navy Yard, DC 20398-5540 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), Bldg 157, 914 Charles Morris Court SE, Washington Navy Yard, DC 20398-5540 II. TANKTIME Boxes 1. Vessel(s) required: One U.S. or foreign flag, clean, approved, coated tanker with the following minimum particulars: ? Vessel must have current vetting approvals for loading at commercial oil terminals within the region. Proof of vetting must be submitted to the contracting officer prior to award. (SHELL, CEPSA) ? Vessel minimum carrying capacity 235,000 BBLs ? Require segregated ballast tanks (SBT) ? Require inert gas system (IGS) ? Minimum of 2 segregations (intended JP5, JP8,DFM) ? Segregations to include the capability to clean tanks with cargo onboard. ? Minimum 2 ton cargo hose handling boom at the manifold ? Minimum speed 14 knots with minimum cruise range of 5,000 NM ? Ability to mechanically clean ? at sea ? Ability / equipped to call at offshore petroleum facility ? Ability / equipped to perform cargo operations pierside ? Maximum LOA 675 ft ? Maximum DWT 40,000 LT ? Indicate maximum capacity at 36 feet. ? Must meet all MSC requirements for reporting (i.e. email service). 2. PLACE/RANGE OF DELIVERY: East /West Mediterranean or Northern Europe port in CHOP 3. PLACE/RANGE OF REDELIVERY: On completion of discharge in Mediterranean or Northern Europe, charterers option. 4. CHARTER PERIOD: About 30 days with Government option to cancel any time after 15 days with 5 days prior notice. 5. LAYDAYS: Commencing ? 09 SEPT 2003 Canceling ? 10 SEPT 2003 6. TERMS/ CONDITIONS/ ATTACHMENTS added, deleted or modified: ADD: IN-TRANSIT VISIBILITY. (1) 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. (2) 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: VOYAGE CHARTER FORCE PROTECTION. (1) Owner agrees to US Armed Forces personnel may board the vessel at any time at any location for US national security purposes, gives consent for such boarding, and agrees to cooperate fully with such US Armed Forces personnel on the boarding party. (2) Owner agrees to render all necessary assistance to such US 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 US Armed Forces personnel to search without limitations any and all Vessel spaces for US national security purposes. (3) Owner consents to the immediate removal of crew members or such others as may be aboard the vessel deemed unsuitable for any reason by the Contracting Officer, or US Armed Forces personnel. Owner agrees to replace a such crew member promptly and that such replacement will fully comply with all crew screening requirements. Charter agrees to bear reasonable costs incurred by the Owner associated with replacement, if necessary. (4) Owner understands and agrees that members of and equipment belonging to the Armed Forces of the United States of America may be embarked aboard one vessel during period of the charter. Owner agrees to provide at owner?s sole expense, lifesaving equipment for up to 12 personnel in compliance with SOLAS and all applicable regulatory regulations. Charterer reserves the right, at Charterer?s sole option, to embark armed US Armed Forces members. These armed forces personnel will provide security in accordance with rules of engagement established by US Military Authorities, and will operate under the command of competent US Military Authorities. Charterer agrees reimburse the Owner of cost of such additional personnel at the rate set forth in the Charter for Supercargoes. ADD: CREW LIST. Offerors must provide a certified crew list prior to award but no later than delivery of the vessel at the load port (or first designated load port in that case of multiple load ports). A list of any reliefs scheduled to board the vessel is also required within 6 hours of personnel change. The crew list shall include full name (including middle name or the letters ?NMN? if no middle name), date of birth (city and country), passport number and country of issue, and nationality of all crewmembers and other personnel onboard the vessel. The list shall be submitted in an electronic format (Microsoft Excel). ADD: SECURITY THREAT. In the event of a security threat or incident involving the ship, crew or cargo during the voyage, the ship's master should report any incident immediately to the MSC Area Command in whose area the ship is currently located. The MSCHQ Command Center should be contacted if the Area Command cannot be reached. Contact numbers will be provided upon award. MODIFY: IV(h) ? add new subparagraph: ?(5) Owner must immediately notify Charterer of any changes in the Vessel?s commercial war risk insurance, including but not limited to, extensions of war risk exclusion zones and increases in commercial war risk insurance premiums. Owners must secure Charterer?s permission prior to entry into any commercial war risk exclusion zones before incurring liability for additional premiums.? MODIFY: Part I, boxes 14-16 - revised in their entirety to read as follows: FOS Time Charter: 30 Day Period $ $ $ DELETE: Part I, box 17 - delete in its entirety ADD: II (a)(2) ? add new subparagraph: ?(4) Vessel must arrive at load port in a clean, gas-free condition, and be ready for internal tank inspection by quality assurance representative. Contractor shall provide (Owner?s account) a certified marine chemist to certify tanks safe for entry for internal tank inspection by government/charter representative. If a prior (last and next to last) cargo contained a percentage of benzene, Owner?s certified marine chemist must also measure toxicity for benzene content and certify safe for entry. If partial shipment is offered, adjacent tanks next to Government cargo are to be gas-free. Last and next to last cargoes carried in tanks must be an approved product. The use of copper and copper alloys (brass, bronze, etc.) in vessel compartments, pipelines, heating coils, fittings, etc., that may come into contact with cargo is not permitted in vessels chartered by MSC to carry petroleum products, unless vessel possesses a current DESC waiver. If the use of copper and copper alloys (brass, bronze, etc.) in Vessel tank compartments, pipelines, heating coils, fittings, etc. is not permitted in vessels chartered by MSC to haul petroleum products. Vessel must be equipped for both pierside and at anchor cargo operations, Contractor shall arrange oil spill protection and cleanup.? MODIFY: III(d) ? add the following new sentence at the end of the paragraph: ?Additionally, vessel shall provide position reports twice daily at 0600 and 1800 local Washington DC time to the following email and fax addresses: MSCLANTSDO@msclant.navy.smil.mil john.joerger@navy.mil thomas.walters@navy.mil kevin.kohlmann@.navy.mil janet.noel@msc.navy.mil john.simmons@navy.mil tankers@msc.navy.mil Facsimile: 202/685-5850 attn: Sealift, Tankers Program? DELETE: III(e)(3) ? delete in its entirety MODIFY: IV(c) ? revise second sentence to read, ?Charterer shall give Owner not less than ten days notice of expected date and range of redelivery, and not less than 24 hours notice of actual port or place of redelivery unless otherwise specified in box 4.? MODIFY: IV(e) ? fifth sentence, delete ?30 days? and substitute therefore ?ten days.? MODIFY: IV(l) Time Lost: in subparagraph (1) delete ?27 days? and substitute therefore ?ten days.? MODIFY: XI ? delete in its entirety and substitute the following: (a) To be eligible for award, an offeror?s proposal must be determined technically acceptable, i.e. in conformance with the terms of this solicitation. Award will be made to the responsible offeror whose technically acceptable proposal represents the lowest overall price to the Government, price and price related factors considered. (b) Preference will be given to U.S.-flag vessels in accordance with the Cargo Preference Act of 1904, 10 U.S.C. ? 2631. (c) Price. An evaluated price to the government shall be calculated for each offer based on the charter hire rates offered for the entire charter period, fuel costs with an operational scenario of 50% at anchor/50% steaming underway at 14 knots, an any other costs. Fuel consumption figures will be based on recent fuel prices for the Caribbean, US East Coast, US Gulf Coast market. Fuel conversion factors will be used as follows: TYPE BBLS PER MT IFO 380 CST 6.46 IFO 180 CST 6.528 MARINE GAS OIL (MGO) 7.462 MARINE DIESEL OIL (MDO) 7.462 (d) Past Performance. Offerors will be evaluated on their performance under existing and prior contracts for similar services and as otherwise detailed in the solicitation. Information obtained from references listed in proposals, other customers known to the Government, and other sources of useful and relevant information will be considered. (1) At a minimum, award will not be made to an offeror who is or within the past three years has been seriously deficient in contract performance, unless the Contracting Officer determines that the circumstances were properly beyond the offeror?s control or that the offeror took appropriate corrective action. (2) If discussions are held, offerors will be given the opportunity to address unfavorable reports of past performance. (3) Offerors without a past performance history relating to this solicitation shall receive a neutral evaluation. (e) Offerors must demonstrate the ability to maintain the vessel in a continuous state of readiness in accordance with paragraph IV(i) (Readiness). To that end, offerors should submit vessel casualty records for the last year, maintenance and repair plans and corrective programs, at a minimum, to be utilized in evaluation whether offeror has demonstrated such ability. Also, offeror should provide documentation of ISO 9000 or similar certification, as applicable.? (f) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (g) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. MODIFY: The following Part V clause is modified, but not called out under this RFP: (1) V(g)(1)(iv) ? delete ?$150,000? and substitute therefor ?$200,000.? (2) V(g)(1)(v) ? delete in its entirety 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: - Completed Part I boxes and Part XII Representations and Certifications - With respect to last and next to last cargos (boxes 68 and 69), provide quality certificate(s) (NAPTHA quality certificate(s) to include mercaptan sulphur test, doctors test, and copper corrosion test). - The following information: a. Vessel hull value b. Has your vessel been inspected by a major oil company? Date? What companies? Where? c Has your vessel been inspected in accordance with current OCIMF standard? Date? Where? - 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 offer. 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)". - Register for electronic funds payment, also at the above-identified MSC website, under ?Electronic Funds Transfer (EFT) Registration Form.? Conditions of Award a. The apparent awardee will be required to provide a certified crew list prior to award. The list shall include full name (including middle name or the letters ?NMN? if no middle name), date of birth, place of birth (city and country), passport number and country of issue, and nationality of all crewmembers and other personnel onboard the vessel. b. The apparent awardee will be required to provide the following information prior to award: (1) Name of vessel (if not otherwise contained in offer) (2) Official number (3) Owner?s complete name (4) Name of owner?s point of contact (POC) (5) Telephone and fax numbers for owner?s POC (6) Name of owner?s marine insurance broker (7) Telephone and fax numbers for owner?s marine insurance broker c. The apparent awardee will be ineligible for award if it fails to provide the information described in paragraphs a or b, above, within the time prescribed by the Contracting Officer. Note: failure to submit all required information as requested could result in your offer not being considered for award. Signed: James S. Fischer, Contracting Officer, MSC, PM51
 
Record
SN00396421-W 20030810/030808213955 (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.