Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOURCES SOUGHT

V -- Dedicated Barge Transportation Services - East Gulf

Notice Date
2/17/2005
 
Notice Type
Sources Sought
 
NAICS
483211 — Inland Water Freight Transportation
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-05-R-0018
 
Response Due
2/25/2005
 
Archive Date
4/26/2005
 
Small Business Set-Aside
N/A
 
Description
This synopsis seeks the submission of Capabilities Statements from Small Businesses only which have the capability to provide transportation of Department of Defense-owned bulk jet fuel (JP5 and JP8) and marine diesel (F76), by tug and barge between all ordered United States ports and points on the Gulf of Mexico and the Lower Mississippi River and their connecting waterways and tributaries, as specified by the Contracting Officer, in support of the Defense Energy Office-Houston (DEO-HU). Contractor s upplied equipment and crews must be available exclusively to the Government at all times, 24 hours per day, 7 days per week, for transporting cargo to and between the points stipulated or as may be directed by the Government, or to stand by at an origin, d estination, or intermediate point as necessary and specified by the Government. The Contractor shall furnish all supplies, materials, equipment, and personnel necessary to perform the services incidental to the operation of the equipment listed below: Barg e: Two barge tows, each with a total calibrated capacity of not less than 50,000 barrels. Each tow must consist of either two individual 25,000 barrel barges, or not more than three barges total, one of which has a capacity of at least 25,000 barrels. Ma ximum loaded draft for all tows is not to exceed 8.5 feet. On-Call Tow: These services will be ordered separately as priced within the Schedule of Rates. The government will have the option to add additional tows or terminate existing on-call tows as traf fic patterns change. The contractor must provide for one additional tow when requested by the government with a minimum of 15 days notice. The equipment ordered will be in service on a month-by-month basis thereafter. Barge Equipment: All barges shall be equipped with the following: Cargo Pumping System: A cargo pumping system with necessary hoses and connections capable of completely discharging and stripping the cargo tanks without outside power or assistance from the shore. The average load/discharge rate for all destinations shall be a minimum of 2,000 barrels per hour (BPH) at a pressure of 100 pounds per square inch (PSI) from the barge manifold including quantities stripped from cargo tanks. This effectively means that the total cargo shall be load ed/discharged as a minimum, in time represented by the total cargo stated in barrels divided by 2,000 barrels per hour. An independent cargo tank stripping system, capable of stripping all but a maximum of 2 barrels of product per cargo tank, not to exceed 10 barrels for the entire barge. The discharge rate during tank stripping operations may be less than the minimum rates stipulated above. A water stripping system, separate from the cargo tank stripping system, for removal of residual water, prior to disc harge of cargo. All water and cargo tank stripping and discharge lines shall be fully visible from the deck. Permanent gauge point marks with reference height stenciled to the deck or compartment hatch, certified calibration charts not exceeding eight yea rs in age (provided that no structural alterations have been performed subsequent to the calibration date), trim correction tables and legible draft markings. Barges shall be recalibrated as needed at the Contractor's expense during the contract period. Ba rges with stainless steel or epoxy-coated tanks are preferred, but barges with uncoated tanks may be offered. For the purpose of this contract, any commercial epoxy coating impervious to petroleum products, except coal tar epoxy, is suitable. Steel valves shall be an integral part of all barges used in the performance of this contract. Spill rails are required on all barges. When required, the Contractor shall provide 200 feet of sectional fuel delivery hose and various coupling attachments necessary for o ver-the-water fuel loading to ships. The Contractor is liable for any damage or loss resulting from faulty equipment or caused by Contractor negligence. The tu g for each tow offered must have between 1,500 and 2,100 HP, and be suitable in design and power to properly navigate the lower and upper Mississippi River, the Tombigbee and Arkansas Rivers, and the Gulf Intra-coastal Waterway. The Contractor shall own th e equipment performing the transportation service or the Contractor shall have the equipment under long-term lease for the duration of the contract period to include the base year and all option years which will be verified by the Government at the time of contract award. Interested sources should submit a capability statement that details and demonstrates their ability to provide the above required services. Capabilities statements are limited to 10 pages. The respondent to this announcement must also identify its busin ess size and whether it is currently designated as a Small Business as defined in the Federal Acquisition Regulation FAR Part 19.1. The North American Industry Classification System (NAICS) code 483211 - Inland Water Freight Transportation, has been deter mined to be applicable to this requirement. The small business size standard, as published by the U.S. Small Business Administration (SBA), for this NIACS code is 500 employees are and may be found at www.sba.gov/size/sizetable2002.html. Should this proposed procurement be set aside for small business participation, the solicitation shall contain the clause FAR 52.219-14 Limitations on Subcontracting, which prohibits a pure subcontracting pass-through. FAR 52.219-14(b)(1) states that, 'at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.' Employees of the concern are defined as those performing the various support services directly related to and accounted for again st the contract (Administrative Staff, Office Staff, etc.), and those providing the services required by the PWS in performance of the contract (Barge crew members, etc.). All respondents to this Sources Sought Notice shall provide, in addition to their c apabilities statement, sufficient information regarding their anticipated sub-contracting actions in order to allow the Government to evaluate the offerors intent to be in total compliance with the requirements of FAR 52.219-14, Limitations on Subcontracti ng. Respondents shall, at a minimum, identify the percentage of anticipated sub-contracting effort and the percentage of personnel costs to be expended by employees of their concern. Responses on company letterhead must be submitted electronically no later than 2:00 P.M. EST on 25 February 2005 to the following individuals: Contracting Officer, Mr. Raymond Jones, jonesray@sddc.army.mil; Telephone: 703-428-2034: Contract Specialist, Mr. Luis A. Pagan, paganl@sddc.army.mil; Telephone: 703-428-2010.
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
Country: US
 
Record
SN00753688-W 20050219/050217212026 (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.