Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

V -- TIME CHARTER

Notice Date
9/11/2003
 
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-5572
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Demaryl Singleton, Contract Specialist, Phone 202-685-5808, Fax 202-685-5850,
 
E-Mail Address
demaryl.singleton@navy.mil
 
Description
Time Charter for U.S. flag or Foreign self-sustaining container vessel with gear. In accordance with the Cargo Preference Act of 1904 and Section IIIA.3 of the Voluntary Intermodal Sealift Agreement (VISA) (see 68 FEDERAL REGISTER 8800-8808, February 25, 2003), preference for U.S. flag and VISA participants to be given. Under the Cargo Preference Act of 1904, any reflagging or repair work to: (1) enable the vessel to meet applicable standards to become a vessel of the United States; or (2) to convert the vessel to a more militarily useful configuration; must be performed in the United States. MSC Sealift Program Management Office, Code PM52P, requests proposals for vessel(s) capable of meeting the transportation requirements described below. References below apply to the box layout of references (a) and (b) which are incorporated by reference (available from the MSC web site, http://www.msc.navy.mil, under ?Contracts? under "Proforma," or upon request), which 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 5. Solicitation No.: N00033- 03-R-5572 6. Solicitation Issue Date: 11 September 03 7. For Solicitation Information Call: Demaryl Singleton (202-685-5808) 8. Offer Due Date: 09:00 AM EST 15 September 2003 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 18b. Send Invoices to: Commander, Military Sealift Command, N86, Washington Navy Yard, Bldg. 157, 914 Charles Morris Court SE, Washington, DC 20398-5540. II. DRYTIME Boxes 1.Vessel(s) Required: U.S. or Foreign-flag self sustaining container vessel with gear capable of moving minimum of 300 20 ft containers (16 average STONS) in a single lift as described below. Minimum required speed 16 knots laden in moderate weather. Armed Security Personnel: 12 Hazardous Material Vessel will need minimum 300 TEU HAZMAT 1.1 capacity. Various classes (1.1D, 1.1E, 1.1B, 1.2E, 1.3G, 1.2G, 1.3C, 1.4C, 1.4D and INERT) is included. PORT RESTRICTION NONE 2. Place/Range of Delivery: Persian Gulf 3. Place/Range of Redelivery: USEC 4. Charter Period: About 40 days with no redelivery notice 5. Laydays: Commencing 26 September 2003 Canceling 29 September 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, SAID COST TO BE INCLUDED IN THE OFFERED RATE. Modify ? IV (b) 1st sentence Delete ?Saturdays, Sundays, or other recognized weekly days of rest. 2nd Sentence delete ?Saturdays, Sundays, or other recognized weekly days of rest?. Modify- IV(c) Delete 2nd sentence. Owner shall provide detailed diagrams of vessel deck NLT 72 hours prior to arrival at designated loading port, plans of vessel deck will be made available within 24 hours of award. Owner shall confirm and document Crew HAZMAT training within 24 hours of award. Any delays in the presentation of these documents within these time frames shall result in the contract vessel/carrier being held responsible for any delays regardless of the number of laydays established within the MSC contract. Vessel is required to have lashing points and provide all lashing gear. Lashing to be Patent. Vessel must be fully bunkered when presented (NOR tendered). ADD: Immunizations (U.S.-flag only). U.S. flag time chartered vessel services are considered essential contractor services to the Department of Defense in support of military and associated support missions. As a result, Masters, officers and crewmembers who are embarked on such vessels are considered contractor personnel performing mission essential services under DODI 3020.37, November 6, 1990, (Change 1, January 26, 1996), and are subject to the following: a. Masters, officers, and crewmembers who are embarked on any vessel subject to this charter must be medically pre-screened and immunized in accordance with Commander, Military Sealift Command (COMSC) policy, and any changes thereto, made during the period of this charter, including any options or extensions. Owner shall ensure that all Masters, Officers and crewmembers embarked on any vessel subject to this charter comply with all such immunization programs. This shall include, but not be limited to, notification to the Contracting Officer of the immunization status of the vessel?s crew at the earliest possible time, but no later than notification to the Owner that the vessel will be sailing to or transiting a designated area requiring immunization. Notification of immunization requirements pursuant to this section shall be provided to Owner by the Contracting Officer. b. Any Master, officer or crewmember who refuses to comply with the immunization requirements as provided herein shall be removed by Owner from the vessel as soon as possible, but not later than the next port call unless authorized by the Contracting Officer, and replaced with personnel who either have the required immunization or will comply with the policy. Any removal and replacement of personnel pursuant to this clause shall be solely at Owner?s expense, including, but not limited to, travel, per diem, wages and associated administrative expenses. c. Any Master, officer or crewmember who is ineligible for a particular required immunization, and is not required to be removed from the vessel by the COMSC policy, but requests removal, such request, if granted by Owner, shall be deemed by Charterer as a refusal to comply, and the terms and conditions set forth in paragraph b, above, shall apply. d. The direct costs of removal and replacement of any Master, officer or crewmember who is ineligible for a particular required immunization, and pursuant to the COMSC policy is required to be removed by Owner from the vessel, shall be reimbursed by Charterer. e. Crew shortages resulting from the application of this section may subject the vessel to being placed off-hire. Note: Current MSC policy is contained in ALMSC 002/03, a copy of which will be provided upon request. ADD: DRYTIME CHARTER FP CLAUSE. (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, and that such replacements will fully comply with all crew screening requirements. Charterer 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 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 of cost of such additional personnel at the rate set forth in the Charter for Supercargoes. Owner shall provide sufficient lifesaving equipment for up to 12 additional persons in accordance with SOLAS and all other applicable regulatory requirements. ADD: CREW LIST. Offerors must provide an accurate and current crew list within 24 hours of contract award and, additionally, no later than 96 hours prior to delivery of the vessel at the designated load or delivery port (or first designated load port in the case of multiple load ports). Further, at any time during the contract period a list of any reliefs scheduled to board the vessel is required 24 hours prior to the personnel change. The crew 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. The list shall be submitted in an electronic format (either Microsoft Excel only). Scanned lists are unacceptable. MODIFY: II - Change date of clause to ?FEB 2002.? MODIFY: III(c) - add new sub-subparagraph: ?(v) Position Reports. Position reports shall be issued by electronic mail to(attn: Jay Standring emaill: Jay.standring@navy.mil, or fax: 202-685-5887, sdo.msc@navy.mil, tim.pickering@navy.mil, mschq-cargo@msc.navy.mil. Position reports are required by (1200 & 2400Z) daily and include, speed of advance, and ETAs to chokepoints and next destination as applicable. MODIFY: III(d) - delete subparagraph (2) (Small Arms and Personnel Security) in its entirety. 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." DELETE: IV(ad) in its entirety CHANGES APPLICABLE TO FOREIGN FLAG OFFERS ONLY: (1) II(o)(1) ? last sentence of subparagraph (1), delete the words, ?and that the vessel shall be under U.S. flag upon delivery (see DFARS 252.247-7025 at Part VIII concerning requirements for reflagging work in U.S. shipyards.).? (2) IV(k) ? delete subparagraph (4) in its entirety. MODIFY: The following section V clauses are modified, but not called out under this RFP: (1) V(g)(4) - change $150,000 to $200,000. (2) V(g)(5) - delete in its entirety. MODIFY: X - change date of clause to ?Oct 2000." MODIFY: X ? in subparagraph (k), Facsimile offers are permitted. MODIFY: X ? in subparagraph (m) the Contracting Officer is Cathlene Jo Stangler, PM52. The mailing address is the same as that stated in Box 9, SF 1449. MODIFY: XI ? delete in its entirety and substitute the following: (a) Award preferences for U.S. Flag vessels, for vessels enrolled in the Voluntary Intermodal Sealift Program (VISA, at 68 Federal Register 8800 - 8808 (February 25, 2003) and for VISA Participants (see sec. VI.A.2. of VISA) will be applied to the Government?s evaluation of offers. Award will be made, if at all, to an offeror in the highest priority (among those offers received) set forth in sec. III.A.3. of VISA, in accordance with the award criteria set forth below. (b) 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, in the highest of the priorities referenced in paragraph (a), above, represents the lowest overall price to the Government, price and price related factors considered. (c) Price. Price will be evaluated on the daily cost of the vessel (charter hire fuel) over the charter period identified. Fuel consumption will be evaluated using 80% at sea laden at 16 knots, at 16 knots and 20% in port. Fuel consumption warranties must be provided with offer. (d) 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). (e) 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. (f) 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. III. Offerors shall use the guidelines set forth in Part X for submission of offers; however, at a minimum, offers must contain the following: 1. Charter hire rates. 2. Set of completed boxes (Ref (b), pages I-1 through I-10). 3. Completed Representations and Certifications (Part XII, Ref (b)). 4 Owner must confirm compliance with IMDG/49 CFR HAZMAT Regulations. 5. Owner must submit current Dangerous Good Certificate. Potential shortfalls are to be identified. (IE A-60 Bulkhead) 6. Vessel must present proof of IMDG Certification. 7. Owner shall provide load capacities of ship?s gear/cranes that will service the assigned cargo spaces. 8. Owner shall provide listing of cargo handling equipment on ship (e.g. forklifts, spreader bars, etc). 9. Identify any restrictions regarding stowage of HAZMAT IMO. 10. Detailed ship drawings suitable for the preparation of stow plans. Include unusual obstructions or characteristics not readily discernable from deck drawings 11. Detailed ship drawings indicating all stowage areas, bulkheads, rooms etc. If cargo is on board, require exact space available. 12. 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: 13. 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)". 14. Register for electronic funds payment, also at the above-identified MSC website, under ?Electronic Funds Transfer (EFT) Registration Form.? Signed: Cathlene Jo Stangler, Contracting Officer, MSC, PM52
 
Record
SN00432492-W 20030913/030911213504 (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.