SOLICITATION NOTICE
V -- SPECIALTIME - RFP
- Notice Date
- 1/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N00033-10-R-5503
- Archive Date
- 1/29/2010
- Point of Contact
- Craig A. Miller, Phone: 2026855078
- E-Mail Address
-
craig.miller@navy.mil
(craig.miller@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RFP for SPECIALTIME 10-R-5503 1.Vessel required: This requirement is for one (1) U.S. Flag, Jones Act compliant vessel, to support the Navy’s Mobile landing Platform (MLP) testing. HAZMAT: NO VESSEL SHALL MEET THE FOLLOWING MINIMUM PARTICULARS: •LOA shall be no more than 220 feet. •Minimum warranted speed shall be 12 kts. •Vessel will perform as the diver support vessel. •Vessel will perform personnel transfer between the MLP and another ship. •COI for a total of 20 persons in addition to the crew. Berthing for 11 persons in addition to the crew. Three buoy technicians and eight rescue divers are provided by the government. •Vessel will provide meals for 20 passengers as required. Only 11 of 20 passengers will require berthing. •Vessel Crew – as required for operating in support of testing up to 12 hours per day as buoy and safety platform. •All crew must be US citizens and be able to pass background investigation (similar to MMD / TWIC investigation). No security clearances required. •Time on station – vessel will be able to remain on station for at least 1 week without returning to port / refueling. •US Flag – Vessel will be US flagged and owned by a US owned company. The vessel shall remain in compliance with all applicable regulations and regulatory agencies. •Vessel will be required to have open deck space available to stow the following cargo with at minimum a 10% broken stowage factored in. Vessel will also be able to load, store, launch, recover, and discharge the following: oOne 9 meter RHIB (L 31' X W 10.5' X H 12', weight = 7,500 lbs in support of diver operations. oOne RHIB trailer, dimensions L 33.5' x w 8.25' H 4', weight = 2,400 lbs. The RHIB will be launched using vessel’s crane unless another means is provided with the vessel. o One self contained containerized (standard 20-foot container) diver compression chamber (TRCS). Weight = 1 TEU (24,000 LBS) oOne Single-Moored buoy (deck stowage space required 8’ X 8’, weight = 250 lbs + 500 lbs for its anchor) oTwo Floating buoys (deck stowage space required 9’ X 9’, weight = 50 lbs) •Vessel will be required to launch and recover a single moored buoy in support of testing. The buoy weighs approximately 200 pounds not including ground tackle and weighing up to 600 pounds. • Floating buoys (2 total) – Vessel will be required to launch and recover two (2) floating buoys to collect environmental data several times throughout the day. The buoys weigh approximately 50 pounds. •Line of sight communications will be maintained between the buoys and the ships. Buoy techs will operate the communications equipment. •The RHIB boat, Single-Moored buoy, and Floating buoys must be able to be stowed in an unobstructed deck space that is available for the storage and deployment. •The Single-Moored and the Floating buoys both require 6’ X 12’ of deck space to deploy the buoys. •Vessel will provide communications as required by regulatory agencies to include as a minimum; VHF bridge to bridge (2) with antennae mounted above the bridge and INMARSAT C or similar for satellite text communications offshore •Line of sight communications will be maintained between the buoys and the ships. Buoy technicians will operate the communications equipment. Buoy requirements Required Deck Space QtyOperStowageDeploy BuoyUse(sq-ft)(sq-ft) Large Datawell1Moored 8 x 86 x 12 Small Datawell2Drifting9 x 9< 6 x 12 Total 7372145 •The vessel will be designated as the primary man overboard recovery platform. •In the event a wheeled vehicle enters the water the vessel will assist in recovering the driver and if able remain on station to assist with vehicle recovery operations. •In the event a tracked vehicle enters the water the vessel will assist in recovering the driver and / or remain on station to assist with rigging emergency lifting system to permit the driver to escape from the vehicle. This may include operating as a diver support vessel. •The vessel will perform as the environmental protection/oil spill response vessel in the event of any emergencies to include protection of the environment. •The vessel shall be able to assist with personnel transfer ashore of a minimum 10 personnel as passengers in addition to crew, buoy techs and divers. •The vessel shall provide 110V electrical power for diver support. •Testing of shipboard equipment will not take place in excess of Sea State 4. •Vessel must provide COI •Vessel must provide General Arrangement with detail showing berthing configuration and laundry support. •Vessel must provide statement of Dynamic Positioning capability. •Vessel must provide ship particulars including ISPS Certificate •Vessel must provide fuel tank soundings on-charter •Full Style of vessel and vessel’s owners/operators, and port agents’ contact information. •Provide the vessel’s intended schedule through delivery. •Provide detailed diagrams of vessel deck NLT 72 hours prior to arrival at the loading port. •If contract award date/time is inside the 72 hours window prior to arrival at designated loading said plans will be made available within 24 hours of the award of the contract. •Vessel must identify all deck spaces to be provided for loading. •Load capacities of ship’s gear/cranes that will service the assigned cargo spaces. •Listing of cargo handling equipment on ship (e.g. forklifts, spreader bars, etc). 2. PLACE/RANGE OF DELIVERY: Tampa, Florida area, port INCHOP 3. PLACE/RANGE OF REDELIVERY: Tampa, Florida area, port INCHOP 4. Charter Period: About 45 days with one 30-day option, with option to cancel after 21 days with one day notice. 5. Laydays: Commence: 20 January 2010 Cancel: 21 January 2010
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-10-R-5503/listing.html)
- Record
- SN02040644-W 20100114/100112235123-40396902adf3fc6a35f0bce7bb6e79d7 (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 |