SOURCES SOUGHT
V -- Gulf Barge Services
- Notice Date
- 12/4/2009
- Notice Type
- Sources Sought
- NAICS
- 483211
— Inland Water Freight Transportation
- Contracting Office
- Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
- ZIP Code
- 62225
- Solicitation Number
- HTC711-10-ZR06
- Point of Contact
- Rachel Harris, Phone: 6182566678, Marie T Pendergast, Phone: 618-256-6689
- E-Mail Address
-
rachel.harris@ustranscom.mil, marie.pendergast@ustranscom.mil
(rachel.harris@ustranscom.mil, marie.pendergast@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI). The United States Transportation Command (USTRANSCOM)/TCAQ is preparing to acquire Dedicated Fuel Barge Service in the Gulf Region. USTRANSCOM has not made a final commitment to procure the stated requirement and this Request for Information (RFI) should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. This agency is interested in obtaining responses to this RFI from prospective contractors, but no contractor shall be reimbursed for providing this information. All information provided by the contractor will become property of USTRANSCOM and will not be returned. USTRANSCOM invites potential offerors to submit information that allows the Government to evaluate capability as well as sample current market conditions. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Reference FAR 15.201 (e) The primary purpose of the RFI is to seek sources capable of transporting 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, including those specified below. The contractor must provide barge transportation using contractor-supplied equipment. Historical Location Information. The Defense Energy Support Center Americas East Office, Houston (DESC-AME) Loading/Discharging (Receiving) locations provided as historical information. However, this list is not all-inclusive. Loading/Discharging points may change as fuel procurement award patterns change. JP8 Loading Ports Exxon/Mobil Company, USA, Baton Rouge, LA Valero, Texas City, TX Placid Refining, Port Allen, LA Goldline, Jennings, LA BP, Texas City, TX Shell, Mobile, AL Shell, Deer Park, TX Magellan Midstream Partners LP, Galena Park, TX Valero, Corpus Christi, TX Air BP, Texas City, TX JP8 Discharge Ports Naval Air Station, Belle Chase (New Orleans), LA Air National Guard, Gulfport, Gulfport, MS Eglin Air Force Base, Fort Walton Beach, FL Hurlburt Field, Fort Walton Beach, FL Tyndall Air Force Base, Panama City, FL Naval Air Station Pensacola, Pensacola, FL Magellan Midstream Partners LP, Galena Park, TX DFSP Woodriver, IL JP5 Loading Ports Placid Refining, Port Allen, LA Shell, Deer Park, TX Magellan Midstream Partners LP, Galena Park, TX Valero, Corpus Christi, TX JP5 Discharge Ports Naval Air Station, Pensacola, FL Magellan Midstream Partners LP, Galena Park, TX F76 Loading Ports Valero Refining, Texas City, TX Valero, Corpus Christi, TX CITGO, Lake Charles, LA Calcasieu Refining, Lake Charles, LA Magellan Midstream Partners, LP, Galena Park, TX F76 Discharge Ports Naval Air Station, Ingleside, Corpus Christi, TX Magellan Midstream Partners LP, Galena Park, TX Safety and Security. OSHA Compliance. The Contractor shall establish and maintain an effective and comprehensive safety program that complies with the provisions of the Occupational Safety and Health Act and the National Institute of Occupational Safety and Health. The Contractor shall acquire, maintain, and require the use of safety equipment, personal protective equipment, and devices necessary to protect employees. The Contractor shall be responsible for compliance with the Occupational Safety and Health Act of 1970 and for penalties resulting from violations. Additional Regulations Compliance. The Contractor shall maintain and operate all equipment in accordance with applicable U.S. Coast Guard, federal and state laws, and military regulations, including applicable regulations of the Commander, Defense Energy Supply Center (DESC), and shall also be in compliance with all of our fuel supply terminal requirements for barge tows. Applicable regulations are as follows: Mandatory Regulation DOD 4500.9-R, Defense Traffic Transportation Regulation (DTR), August 2006. Note: DOD 4500.9-R can be accessed through the following web site, www.transcom.mil. Follow the link to Defense Transportation Regulations. If you have any questions or need assistance in obtaining access to the link, contact DESC-BID at (703)767-8403. Barge and Tug Requirements. 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. Maximum loaded draft for all tows is not to exceed 8.5 feet. Barge Equipment. The Contractor and its equipment must currently possess or be eligible for USCG certificate for approval to operate in US coastal and inland waterways. 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 loaded/discharged as a minimum, in time represented by the total cargo stated in barrels divided by 2,000 barrels per hour. Cargo Tank Stripping System 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. Water Stripping System In the event that a large amount of water is discovered on the barge, the contractor and government QAR will investigate to determine the source and cause of the water. If the water source is determined to be from the shore tank, the government will be responsible for the cost of removal. If the source is determined not to be the cause of the government, such as intake of seawater, then the contractor shall assume removal costs. Gauge Point Marks and Calibration Permanent gauge point marks with reference height stenciled to the deck or compartment hatch, certified calibration charts not exceeding eight years 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. Calibration Charts The Contractor shall provide copies of the calibration charts and trim correction tables to the Government representative at loading and discharge points and to the COR. A packet containing all calibration charts and trim correction tables pertaining to all equipment used in the performance of this contract shall be available on each tug or barge. The Contractor shall provide the COR a list showing the maximum load capacity of each barge at safe draft, updated whenever equipment or regulation or traffic area depths change. The Contractor shall develop and maintain a barge gauge history for Government use or inspection in comparing barge loaded figures to shore loading figures. Anytime the physical structure of a barge is changed, due to damage or equipment modification, the barge must be strapped again, and a new set of gauging charts provided to the government, at no cost to the government. Stainless Steel Tanks Barges offered for consideration that are constructed of either stainless steel, carbon steel that has been epoxy coated with a non-coal tar based grade of epoxy, or uncoated mild steel tanks are acceptable for performance consideration under the provisions of this contract. Steel Valves Steel valves shall be an integral part of all barges used in the performance of this contract. Spill Rails Spill rails are required on all barges. Sectional Fuel Delivery Hose When required, the Contractor shall provide 200 feet of sectional fuel delivery hose and various coupling attachments necessary for over-the-water fuel loading to ships. The Contractor is liable for any damage or loss resulting from faulty equipment or caused by Contractor negligence. Tug The tug 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. Contractor Owned or Leased Equipment The Contractor shall own the 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. The Government requires verification of this requirement at the time of contract award. INSTRUCTIONS TO RESPONDENTS This RFI does not obligate the Government to pay any costs the respondents incur in their preparation of their responses to this RFI. All costs for the preparation of the response will be solely borne by the respondent. All interested parties should respond to the following questions and Please provide as much information as possible regarding your fleet answering the questions below as they are numbered: 1.Company name, A Point Of Contact, Phone Number, Fax Number and E-Mail Address, Web Site 2.Business Size 3.Duns Number 4.Provide a summary on tug and barge capabilities 5.Provide a summary of the history of the company 6.Provide a summary of experience with similar work scope All information obtained from this RFI will be used as market research. Interested parties capable of performing this requirement should send e-mail response to: rachel.harris@ustranscom.mil. 1.INQUIRIES AND CLARIFICATIONS It is the responsibility of the respondent to inquire and clarify any requirements of this RFI which are not understood. 2.Inquiries shall be submitted no later than 21 December 2009 at 2400 CST. Inquiries are to be directed to: Rachel Harris, Contract Specialist Email:rachel.harris@ustranscom.mil Phone: 618-256-6678 Fax: 618-256-6419
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-10-ZR06/listing.html)
- Place of Performance
- Address: Please see above description, Houston, Texas, United States
- Record
- SN02016817-W 20091206/091204234923-d5290691e8194e0aecdf0834c94e7452 (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 |