DOCUMENT
V -- One (1) US Vessel With Coastwise Endorsement - Market Survey Word Doc
- Notice Date
- 2/4/2009
- Notice Type
- Market Survey Word Doc
- NAICS
- 483113
— Coastal and Great Lakes 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
- N00033-09-R-2003
- Archive Date
- 2/24/2009
- Point of Contact
- Jerry S Schall,, Phone: 202-685-0564, Lisa M Bouchelle,, Phone: 202-685-5210
- E-Mail Address
-
jerry.schall@navy.mil, lisa.bouchelle@navy.mil
- Small Business Set-Aside
- N/A
- Description
- 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. The Contractor’s performance shall be in full compliance with all applicable international conventions and all applicable laws, regulations, and other requirements of the United States including all applicable State, local, Navy, Department of Defense (DOD) and United States Coast Guard (USCG) regulations. General. MSC requests information about the cost and availability of one (1) U.S. flag vessel with coastwise endorsement to support the Government’s requirements in Panama City, Fl, and surrounding waters. 1. PRIMARY LOCATION: (90% of the time) (a) Panama City, FL out 60 miles 2. SECONDARY LOCATIONS: (10% of the time) (a) Corpus Christi, Texas in the Gulf of Mexico, (b) Richmond, Virginia in the Atlantic Ocean out 200 miles, (c) Florida Keys, (d) Bahamas, 3. MISSION: NSW-PC chartered vessel will support at-sea research, development, test and evaluation (RDT&E) of various equipment and operations. Mission will be for a firm period of one (1) year and include four (4) one-year options. 4. VESSEL CHARACTERISTICS: See Attached TECHNICAL EXHIBIT 1 5. DELIVERY DATE: 01 October 2009 6. CONTRACT STYLE: Offerors shall provide proposals for the following contract types: (a) Firm Fixed Price (Time Charter) (b) Firm Fixed Price (IDIQ) 7. Services shall require no more than the following notification times before the vessel shall be on-site ready to perform: (a) TIME CHARTER. In accordance with MSC DRYTIME Section IV(i), the vessel will be available 24 hours/day, seven days/week. (b) IDIQ CONTRACT – Vessel owner will be notified no earlier than 72 hours before required vessel delivery. 8. The following list, all-inclusive in neither scope nor description, is illustrative of the services to be performed under this contract: (a) Deployment and recovery of inert mines and test instrumentation and objects, the tow of surface and submerged vehicles, housing and support of test data acquisition equipment and personnel, deployment and recovery of subsea equipment, remote operating vehicle (ROV) operations, and on-station monitoring. The vessel will be required to follow computer generated track lines while towing sonar’s or other towed systems. The ship will be required to accurately hold station while subsea equipment is deployed or recovered using the ship’s crane from its stern. The vessel will be required to hold station while an ROV is being operated. 9. Estimated Operating Scenario (For IDIQ Price Proposal Estimation Purposes) (a)Full Operating Status (FOS): 130 days/year (b)Reduced Operating Status (ROS): 115 days/year 10. Interested parties shall furnish the following minimum information: (a)Name of Company (b)Telephone number, fax number, and e-mail address (c)General Vessel Specifications relative to the above requirements (d)Names of vessels (e)Price Proposal (Time Charter) 1.Daily Charter Rates (Base Year + 4 Option Years) 2.Lumpsum Rate 3.Any Additional Charges (f)Price Proposal (IDIQ) 1.FOS rate 2.ROS rate 3.Overtime rate 4.Any Additional Charges (g)Small business standing (i.e., small or large) 11. It is requested that the above information be provided no later than 9 February 2009 at 11:00 a.m. Eastern Standard Time. Responses should be faxed to 202-685-5942 or emailed to jerry.schall@navy.mil. The points of contact for this market survey are Mr. Jerry Schall at (202)685-0564 or jerry.schall@navy.mil, and Ms. Lisa Bouchelle at (202) 685-5210 or lisa.bouchelle@navy.mil. TECHNICAL EXHIBIT 1 The vessels under this contract shall have the following minimum characteristics: FLAG: USA TRANSIT SPEED: 10 knots transit speed. MAXIMUM DRAFT: 12 feet ENDURANCE: 10 days. Vessel must be capable of 10 knots as a minimum sustained speed. Vessel must have a range of 1,200 miles. MAXIMUM BEAM: 30 feet CARGO: Vessel must be capable of carrying minimum 195 tons of cargo. CERTIFICATION: Vessel shall be inspected or, certified as a research vessel by the Coast Guard, or be classed by the American Bureau of Shipping CRANE: Stern crane with min reach capacity of 30 feet while lifting 5,000 lbs SWL. Reach must extend at least 5 feet outboard of stern of the ship. A-Frame capable of lifting 5,000 lbs and meeting requirements is preferred. MEALS, SNACKING, BERTHING: To accommodating 12 passengers. This shall include three (3) meals a day, not for government’s account. MAXIMUM LENGTH OVER ALL: 120 feet OPEN SPACE: The vessel must have a minimum 80ft by 25ft of contiguous open deck space. WINCHES: GFE. Vessel responsible for standard deck equipment for mooring, anchoring, warping and casting off. COMMUNICATION/NAVIGATION EQUIPMENT: All required USCG and FCC approved equipments i.e. HF Radio, VHF Radio for a vessel of its class; Normal equipment for safe navigation; Radar capable of min 30 mile range; accurate fathometer; Station keeping ability during Remote Vehicle Operations. FACILITIES: Vessel is required to provide 100 amp services for 110v, 208v, and 480v electrical power on the stern of the vessel, and 110v electrical power in the house of the ship. Must have capability of installing pad eyes for securing test equipment to deck. Must have air-conditioned area on or near the ship’s bridge to install gvt furnished tracking equipment. FRESH WATER: Must supply 250 gallons daily on back deck for misc use. HAZMAT: Must have an OSHA approved HAZMAT locker/cabinet.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bc67e48904efcf115a68e0906e2bc378&tab=core&_cview=1)
- Document(s)
- Market Survey Word Doc
- File Name: This is the Market Survey Word Document (NSW-PC Market Survey.doc)
- Link: https://www.fbo.gov//utils/view?id=0e559bfd0f99c85d97d30612e9499a6e
- Bytes: 54.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: This is the Market Survey Word Document (NSW-PC Market Survey.doc)
- Record
- SN01744373-W 20090206/090204222143-bc67e48904efcf115a68e0906e2bc378 (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 |