DOCUMENT
V -- PM 2: MARKET SURVEY 09-002 - MS 09-002
- Notice Date
- 11/6/2008
- Notice Type
- MS 09-002
- NAICS
- 483111
— Deep Sea Freight Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- MS09_002
- Point of Contact
- Veronica E. Holzer,, Phone: 202-685-5507, Jerry S Schall,, Phone: 202-685-5560
- E-Mail Address
-
veronica.holzer@navy.mil, jerry.schall@navy.mil
- Small Business Set-Aside
- N/A
- Description
- 06 NOVEMBER 2008 THIS IS THE MILITARY SEALIFT COMMAND, SPECIAL MISSIONS OFFICE, PM2, WASHINGTON, DC MARKET SURVEY NO. 09-002 SUBJ: CHARTER OF U.S. FLAG VESSEL THAT CAN ACCOMMODATE THE ENCLOSED REQUIREMENTS THIS IS A MARKET SURVEY CONDUCTED BY THE SPECIAL MISSIONS (PM2) PROGRAM OFFICE OF MSC. IT IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THE REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COST INCURRED IN THE PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY OR TO CONTRACT FOR SERVICES. 1. Military Sealift Command (MSC) requests a U.S. Flag vessel which will support a research, development, test, and evaluation (RDT&E) mission for Naval Oceanographic Office Special Projects Department (NAVOCEANO-SPD), MS. 2. EMPLOYMENT OF THE VESSEL: a. Function: The vessel is required to support at-sea operations conducted by the NAVOCEANO-SPD. At-sea operations include the deployment and recovery of two (2) towed SONAR fish. The towed fish will be deployed/retrieved astern with the A-frame (or U/J frame) while underway. b. Operating area (OPAREA): Operations shall be conducted in local waters approximately 150 nautical miles (NM) from the Point Cadet, MS (NAVOCEANO-SPD) in the vicinity of Desoto Canyon. c. Port operations: The primary support point for the vessel will be the berthing facilities reserved by NAVOCEANO-SPD. The available depth at the berths is 9 ft. Crane service (10,000 lb with 8 ft reach beyond side of vessel) shall be provided by charter vessel. d. Operating scenario: The operation requires the vessel to arrive at the NAVOCEANO-SPD reserved pier ready for the on-load of Government furnished equipment (GFE) no later than 0600 on the first day of the charter, 02 December 2008. Upon completion of the on-load, the vessel will get underway and transit approximately 150 NM from Point Cadet, MS to the OPAREA. The vessel must be able to safely operate underway and at anchor (single point) in winds up to 20 knots and seas up to 6 ft waves. The vessel will remain on station for 24-hours/day for up to three (3) days, and shall provide launch, tow and recovery services for the tow fish. It is anticipated that the Government personnel will work 12-hour days during the operations and that the crane and crane operator will be required intermittently during the 12-hour days. On the last day of tow operations, 05 December 2008, the vessel shall transit back to Point Cadet, arriving by 0900 on 06 December 2008 for off-load. Off-load and vessel restoration is estimated to take approximately eight (8) hours. 3. DELIVERY/REDELIVERY/CHARTER a. Delivery Date: NLT 0600 CST, 02 December, 2008. b. Delivery Location: NAVOCEANO-SPD, Biloxi, MS. c. Charter Period: 0600 CST, 02 DEC 08 through 06 DEC 08 (5 days) d. Redelivery Location: NAVOCEANO-SPD, Biloxi, MS. Vessel must arrive NLT 0900 CST, 06 DEC 08 for cargo unloading. 4. VESSEL CHARACTERISTICS/CAPABILITIES: SEE ATTACHED 5. REIMBURSABLE ITEMS: a. General: The only reimbursable items allowable under this contract are material or services directly supporting the charter as provided for under this contract and not otherwise covered under the daily per diem rate such as communication charges incurred by the Government and other Government directed work. b. Fuel: Unless otherwise provided by the Government fuel is a reimbursable item under this contract. 6. Interested parties shall provide the following information: A. Vessel name and complete description (flag, transit speed, range, length, breadth, draft, certification and classification, minimum maneuverability speed, station keeping, etc.) B.Availability C. Daily rate and any additional charges (i.e. delivery bonus, etc) to perform work as outlined above. D. Alternative proposals E. Any pertinent questions and/or comments 6. It is requested that information required be provided by 1400 hours Washington DC local time date 07 November 2008. Point of contact is Veronica Holzer (202) 685-5203 email Veronica.Holzer@navy.mil. Please provide responses by e-mail.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d1456da2d744f2f8d09e981b7b74831&tab=core&_cview=1)
- Document(s)
- MS 09-002
- File Name: RESPONSES DUE BY 1400 EDT, 07 NOVEMBER 2008 (Market Survey 09-002.doc)
- Link: https://www.fbo.gov//utils/view?id=66b68ce0be921b5664f5ad0535b93659
- Bytes: 48.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: RESPONSES DUE BY 1400 EDT, 07 NOVEMBER 2008 (Market Survey 09-002.doc)
- Place of Performance
- Address: NAVOCEANO-SPD, Biloxi, Mississippi, United States
- Record
- SN01701524-W 20081108/081106214632-9d1456da2d744f2f8d09e981b7b74831 (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 |