Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOURCES SOUGHT

V -- Operation and Maintenance of Eleven (11) Government Owned Vessels - Market Survey

Notice Date
2/12/2014
 
Notice Type
Sources Sought
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
 
ZIP Code
20398-5540
 
Solicitation Number
GR14-01
 
Archive Date
3/13/2014
 
Point of Contact
Gerald T. Robertson, Phone: 2024334488
 
E-Mail Address
gerald.t.robertson@navy.mil
(gerald.t.robertson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey concerning Operation and Maintenance for 11 Government owned vessels MARKET SURVEY GR-14-01 February 12, 2014 From: COMSC, Prepositioning Program (PM3), N1032 and Sealift Program (PM5), N1033 Subject: Operation & Maintenance of Eleven (11) Vessels: -Five (5) Maritime Prepositioning Ships (MPS BOBO CLASS), AND One (1) Maritime Prepositioning Force Enhancement (MPF(E)) Vessel (USNS STOCKHAM) anticipated to remain in Full Operating Status, and; -Three (3) KOCAK CLASS Vessels, The USNS MARTIN and The USNS WHEAT anticipated to remain in Reduced Operating Status. THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. MSC REQUESTS INFORMATION PERTAINING TO THE POTENTIAL AWARD(S) FOR OPERATION AND MAINTENANCE OF THE FOLLOWING ELEVEN (11) VESSELS: a)FOS: Six (6) Total Vessels - Five (5) MPS BOBO Class Vessels: USNS LUMMUS, USNS LOPEZ, USNS WILLIAMS, USNS BOBO, USNS BUTTON and One (1) MPF(E) Vessel: USNS STOCKHAM b)ROS: Five (5) Total Vessels - Three (3) KOCAK Class Vessels: (USNS PLESS, USNS KOCAK, USNS OBREGON), The USNS MARTIN, and The USNS WHEAT 1.LOCATION: a)FOS Vessels - Worldwide Prepositioning b)ROS Vessels - West, East or Gulf Coast, US or Hawaii. 2.MISSION: a)Contractor(s) shall operate one, some, or all vessels in a professional manner, maintain the vessels to MSC standards of material readiness and appearance, and ensure the vessels are mission-ready at all times. i.The vessels in FOS are intended to be employed in the worldwide prepositioning of U.S. Marine Corps cargo, including, but not limited to hazardous, explosive, ammunition, vehicular, bulk cargoes (includes liquid cargoes carried in bulk), containerized cargo (including containerized cargoes in bulk), and general cargoes and for other Government missions as directed. It is anticipated that these six (6) vessels will be in a Full Operating Status (FOS) posture during the period of performance of the contract. ii.The vessels in ROS are intended to support the surge sealift requirements of the United States Department of Defense. Cargo will primarily be but not limited to military vehicles. These surge vessels will be maintained in reduced operational status five (ROS-5). ROS-5 requires that the ships be maintained in such a condition that upon notification to transition to FOS they will be fully operational within five (5) days (120 hours). b)Ship characteristics and other information relating to these vessels may be found at our website http://www.msc.navy.mil/. 3.CONTRACT STYLES: It is anticipated that two (2) Contracts will be awarded as follows: a)Firm-Fixed-Price with Award Fee and Reimbursable Elements for the operation and maintenance of the six (6) FOS vessels. b)Firm-Fixed-Price w/Reimbursable Elements for the operation and maintenance of the five (5) ROS vessels. Reimbursable elements for both FOS and ROS vessels include Port charges, Maintenance & Repair, Non-watch overtime, Fuel, Costs associated with Ship Availabilities, and Government directed alterations/work. 4.PERIOD/COMMENCMENT: The period of performance is anticipated to be one (1) year firm, with four (4) one year option periods, for a total of five (5) years for firm and all option periods. The anticipated performance start date is: a)On or about 01 October 2015 for all ships except the three (3) KOCAK Class Vessels. b)On or about 01 October 2016 for the three (3) KOCAK Class Vessels. 5. Interested parties shall furnish the following minimum information: a)Name of company; b)POC, Telephone Number, Fax Number, Address, and e-mail address (if available); c)Brief summary of company history relative to similar requirements; d)Estimated daily, annual, or other term cost/price to provide said service for five (5) years. e)Whether your company is interested in proposing O&M for some or all of the eleven (11) vessels. If only some, which vessels in particular and why? f)Small business standing (i.e., small or large business; HubZone status); g)Contractors should consider how to enhance small business participation (joint ventures or mentor/protégé relationships) and should provide a description of how this may be accomplished; h)Alternative lengths in the anticipated period of performance minimizing overall contract cost/price; i)Other constructive suggestions that would have the effect of minimizing overall contract cost/price; j)Any pertinent questions/concerns; k)Businesses responding to the survey must: i.Small Business - demonstrate how 51% of the contract effort will be performed ii.All - provide evidence of sufficient resources to meet obligations prior to invoicing under the contract iii.All - provide a finance plan for providing necessary facilities/resources to meet contract requirements. 6.It is requested that the above information be provided no later than 1000 hours on February 26, 2014. The point of contact for this action is Mr. Jerry Robertson at (202) 433-4488 or Ms. Diana Fischer at (202) 685-5531. Responses should be emailed to gerald.t.robertson@navy.mil, and diana.fischer@navy.mil, or faxed to (202) 685-5084.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/GR14-01/listing.html)
 
Record
SN03287249-W 20140214/140212234312-f03c92f7e03a04db224255217dad2671 (fbodaily.com)
 
Source
FedBizOpps 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.