Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
SOLICITATION NOTICE

V -- Towing of the Vessel ASSERTIVE

Notice Date
3/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133M-05-RB-1030
 
Response Due
4/13/2005
 
Archive Date
8/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
1.0 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is AB133M-05-RB-1030 and it is issued as an Invitation For Bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This procurement is 100% set-aside for small businesses. The NAICS code is 488330 which has a size standard of $6 million. The contractor shall provide a price to tow the NOAA Vessel ASSERTIVE from its current berth in Honolulu, HI to the Marine Operations Center ? Pacific in Seattle, WA in accordance with the following: INTENT - 1.0 To provide towing from Navy Inactive Ships facility at Pearl Harbor, Hawaii, to NOAA Marine Operations Center-Pacific at Seattle, Washington. 1.1 - Check Points are exercised throughout this item at one or more locations. They are identified by the including of the phrase or nomenclature {** CHECK-POINT **} inserted in, or after the sentence describing the appropriate location where and inspection is desired by the COTR. Check-Points are to be executed as indicated in Reference 2.1. 2.0 REFERENCES ? 2.1 NOAA Standard Specification S0100; Implementation and Conduct of Check Points 3.0 REQUIREMENTS ? 3.1 General - 3.1.1 Towing shall take place at a mutually agreeable date not earlier than the date the contract is awarded and not later than six months after the date the contract is awarded. 3.1.2 The contractor shall provide all towing vessels, towing permits, pilotage, auxiliary towing services, line handlers, and all certificates required to move the vessel from the Navy Inactive Ships facility at Pearl Harbor, Hawaii, to NOAA Marine Operations Center-Pacific, 1801 Fairview Avenue East, Seattle, Washington, 98102. Copies of the permits and certificates shall be provided to the COTR. ** CHECK-POINT ** 4.0 PROVIDE COPIES OF PERMITS AND CERTIFICATES ? 4.1 The contractor shall comply with all applicable regulatory requirements of the U.S. Coast Guard (USCG). 4.2 The contractor shall furnish and install all towing equipment. The towing equipment shall be fitted with a retrieval pendant and sufficient chafing gear to prevent structural damage to the ship during towing operations. Wire pendants, if installed and rigged to double bitts, shall have metal retaining brackets installed. 4.3 At least two (2) working days before the start of the tow, the contractor shall provide the COTR with written evidence of broad form towing liability insurance coverage to cover loss of or damage to the ship and its equipment during the towing period. ** CHECK-POINT ** 5.0 PROVIDE WRITTEN EVIDENCE OF BROAD FORM TOWING LIABILITY INSURANCE ? 5.1 The contractor shall furnish, install and maintain the towing shapes of a sufficient type and quantity to satisfy all applicable rules for a towed vessel. The contractor shall display the shapes in accordance with all applicable inland and international rules. 5.2 The contractor shall provide the COTR with a Towing Plan at least seventy two (72) hours prior to the ship?s departure from the original berth. ** CHECK-POINT ** 6.0 PROVIDE TOWING PLAN 6.1 The Towing Plan shall contain sufficient information needed to verify compliance with this specification and other contract requirements. Included shall be the proposed towing arrangement showing attachment points and methods and a complete description of the towing rig. 6.2 The towing speed shall at no time exceed ten (10) knots in calm conditions (wind waves or swells less than two (2) feet) and shall at no time exceed eight (8) knots in a seaway (wind waves or swells greater than two (2) feet) or in waters less than twenty five (25) feet deep. 6.3 The contractor shall secure all loose gear secured, ensure the shafts are locked, secure all weather deck watertight fittings and secure all watertight doors and hatches. The contractor shall be responsible for all preparations required to tow the ship. 6.4 The contractor shall fill bottom ballast tanks as required to establish sufficient reserve stability for towing. If it is necessary to ballast fuel tanks, fresh water must be used. Point of contact for stability issues is Mr. Ray Hermes. Mr. Hermes e-mail address is Ray.J.Hermes@noaa.gov and his phone number is 206 553-5307. 6.5 To the extent practical, the ships existing fittings, equipment and mooring bits may be used to attach towing rigs. However, the contractor is responsible for insuring that all tow attachments have sufficient structural strength and integrity to handle the loads without damage. Any damage which occurs to the ship or its equipment shall be repaired by the contractor. 6.6 If necessary to provide for a safe tow, the contractor shall install additional fittings for attaching the towing rigs. Whenever this is necessary or whenever the contractor must perform other work on the ship, the following shall apply: 6.6.1 The contractor shall verify that a safe atmosphere exists in and about any closed compartment prior to commencement of any work in that compartment. 6.6.2 The contractor shall provide hot work notices, gas free certificates and fire watch standers equipped with fire extinguishers prior to starting and during all hot work. The fire watch standers shall remain at their work site for at least thirty (30) minutes after completion of the hot work. The contractor shall provide copies of all gas free certificates to the COTR. ** CHECK-POINT ** 7.0 PROVIDE COPIES OF ALL GAS FREE CERTIFICATES ? 7.1 No one shall be permitted to board the ship during towing operations unless directed to or authorized to do so by the Government or unless required by an emergency situation. 7.2 Prior to starting the tow, the contractor shall perform a ?Pre-tow Ship Inspection? in company of the COTR to verify the adequacy and completeness of preparations and to ensure that the ship is in all respects ready for safe towing. ** CHECK-POINT ** 8.0 VERIFY THE ADEQUACY AND COMPLETENESS OF PREPARATIONS TO ENSURE THAT THE SHIP IS IN ALL RESPECTS READY FOR SAFE TOWING 8.1 Non-local Tow Whenever the required tow is more than or equal to fifty (50) nautical miles or will involve leaving inland waters, the following requirements apply: 8.1.1 The contractor shall be responsible for determining the type, size and horsepower rating of the towboat or tug required to safely tow the ship. However, the towboat or tug shall have a minimum of one hundred (100) SHP for each one hundred and fifty (150) tons of displacement of the towed ship, or twelve hundred (1,200) SHP, whichever is greater. The USNS ASSERTIVE can be expected to displace approximately sixteen hundred (1,600) Tons without ballast. 8.1.2 The contractor shall provide a Marine Surveyor from the American Bureau of Shipping (ABS) to conduct an inspection of the towing preparations and evaluate the methods and rigs to be used during the towing operations. Except for preparations specifically stated to be the Government?s responsibility, the contractor shall make all changes and preparations recommended by the Marine Surveyor. 8.1.3 The contractor shall provide and install an emergency towing bridle and pendant. The emergency bridle shall be rigged similarly to the service bridle, except that the pendant shall be lashed to the side in a manner that provides for rapid release by personnel who have boarded the ship at sea. The bridle shall be fitted with a retrieval pendant and sufficient chafing gear to prevent structural damage to the ship during towing operations. The bitter end of the pendant shall have a messenger line and a small buoy attached to facilitate pickup. 8.1.4 At no time will the ship be towed in any waters where the depth is less than that required to provide a minimum clearance of five (5) feet under the lowest underwater hull projection. 8.1.5 Provide daily noon position and status reports before 3:30 PM local time to the Government?s Marine Operations Center, Pacific (MOP) Operations Division, telephone (206) 553-8705, during the period the ship is being towed. After 4:30 PM Seattle, Washington, time, provide the noon report to the Marine Operations Center-Pacific (MOP) Base Guard, telephone (206) 553-5349. ** CHECK-POINT ** 9.0 PROVIDE DAILY AND NOON POSITION STATUS REPORTS 9.1 The contractor shall, in the event of an emergency, provide emergency position and status reports. ** CHECK-POINT ** 10.0 IN THE EVENT OF AN EMERGENCY, PROVIDE EMERGENCY POSITION AND STATUS REPORTS ? 10.1 In the event of an emergency, provide emergency position and status reports. 10.2 During regular federal working hours in Seattle, Washington, (8:00 AM ? 4:30 PM Monday through Friday, federal holidays excepted) the emergency reports shall be provided to the Marine Operations Center, Pacific (MOP) Operations Division (see above). Outside of regular federal working hours, the reports shall be provided to the Marine Operations Center, Pacific (MOP) Base Guard, telephone (206) 553-5349 10.1.2 See paragraph 4.3 of this specification item for additional ?Non-Local? tow requirements that apply when the ship is unmanned. 10.2 Unmanned Ship The ship shall be towed unmanned (without any persons being on board). The following requirements shall apply: 10.2.1 The contractor shall provide, rig and maintain a safe means for personnel to board the ship from a boat in emergencies. 10.2.2 The contractor shall provide, install and maintain temporary navigation lights of a sufficient type and quantity to satisfy all applicable navigation rules for a towed vessel. All lights shall be of duel bulb/circuit or duel element design and powered by independent battery power sources. The contractor shall operate the lights in accordance with all applicable inland and international navigation rules. 10.2.3 The contractor shall provide, install and maintain a duel circuit automatic bilge flooding alarm system, on a temporary basis, consisting of two amber flashing indicator lights and powered by independent battery power sources. There shall be two sensors mounted in the ship?s Main Generator Room and two sensors mounted in the ship?s Motor Room. In each space, one circuit shall alarm at one (1) foot of water depth and the other circuit shall alarm at three (3) feet of water depth. Both lights shall be mounted in a location, and be of a design, so that an alarm is visible from the towing vessel. The light connected to the one (1) foot alarm shall be mounted below the light connected to the three (3) foot alarm. 10.2.4 The contractor shall provide on a temporary basis and install a reliable gasoline or diesel powered portable dewatering pump with eductor, hoses and a fuel container for emergency use. The capacity of the pump shall be no less than two hundred fifty (250) gallons per minute (GPM) at a suction lift equal to the ship?s freeboard. The fuel capacity shall be sufficient to allow twenty four (24) hours of uninterrupted pumping. The contractor shall stow the pump and lash is securely on a midship weather deck. Prior to starting the tow, demonstrate to the COTR the proper operation of the pump. ** CHECK-POINT ** 11.0 DEMONSTRATE TO THE COTR PROPER OPERATION OF THE PUMP 11.1 The Government shall provide the ship in a ?dead ship? condition with all equipment, engines, pumps, power sources, hotel services and sea valves secured. 12.0 Test/Reports/Inspections 12.1 At each Check-Point allow inspection of the work by the COTR or his/her designated representative. Provide a reasonable advance notice to the COTR to avert production delays. Prepare a quality assurance report documenting the inspection and forward one copy of it to the COTR. The QA reports shall be serialized, reference the pertinent specifications paragraph number and shall contain a brief description of what was tested, measured or witnessed. It shall include a narrative of quantitative or qualitative test results. The QA report shall also include the signature of the contractor?s representative as well as the designated inspector. 12.2 Provide copies of all required towing permits and certificates as required in Section 4 of this solicitation. 12.3 Provide written evidence of towing insurance as required in Section 5 of this solicitation. 12.4 Provide a Towing Plan as required in Section 6 of this solicitation. 12.5 Provide copies of hot work and gas free certificates as required in Section 7 of this solicitation. 12.6 Provide daily position and status reports as required in Section 8 of this solicitation. 12.7 Provide emergency position and status reports as required in Sections 9 and 10 of this solicitation. 12.8 Demonstrate operation of the dewatering pump to the COTR in accordance with Section 11 of this solicitation. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and there are no addenda to this provision. This is an invitation to bid. Award will be made to the lowest bidder found responsive and responsible with respect to the requirements of this solicitation. Bidders are required to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items with submission of bids. This information can be found at http://www.arnet.gov/far/current/html/52_212_213.html. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following are apply to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Bids are to be submitted to DOC/NOAA/AMD, Attn: Paul Reed, 7600 Sand Point Way NE, Bin C15700, WC32, Seattle, WA 98115-6349 no later than April 26, 2005 at 2:00PM, Pacific Standard Time. Bids received after the stated closing time will not be considered for award. For further information please contact Paul Reed at email Paul.J.Reed@noaa.gov or telephone (206) 526-6034. *****The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. for additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505.*****
 
Record
SN00773116-W 20050324/050322211805 (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.