SOURCES SOUGHT
V -- U.S. Flag Maritime Support Vessel - Market Survey
- Notice Date
- 1/16/2014
- 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
- PM2-14-015
- Point of Contact
- Kelli Bryan, Phone: 2026850564, Veronica Gekhman, Phone: 202-685-5203
- E-Mail Address
-
kelli.bryan@navy.mil, veronica.gekhman@navy.mil
(kelli.bryan@navy.mil, veronica.gekhman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- PM2-14-015 Market Survey Enclosure PM2-14-015 Market Survey GENERAL: The purpose of this market survey is to gather information regarding vendors' ability to provide a U.S.-flagged vessel which will function as a MSV supporting various craft, both organic and non-organic. The vessel will have the capacity to berth, support, and feed twenty-nine (29) Government personnel with the ability to surge to forty-four (44) Government personnel for a maximum of ninety (90) days without re-supply, but shall be underway replenishment (UNREP) capable (with USS/USNS logistical ships) to extend operations beyond that if a port visit is not feasible. The vessel will also act as a platform to launch and recover small boats, refuel and re-provision, and assist with limited maintenance for small boats, and perform unmanned aircraft system (UAS) operations which operate worldwide. In addition, the vessel will provide equipment stowage, messing, berthing, administrative/operational space, maintenance space, emergency towing and logistics services in support of operations. The support vessel facilities are to be available during both day and night operations. CONTRACT TYPE: Fixed Price time charter with reimbursable elements. Fuel and port charges are reimbursable. PERIOD OF PERFORMANCE: The base period will be one year. The base period will include a ramp-up period. There will be three one-year options and one 11-month option to extend the performance period. The contract will include a separate CLIN for the ramp-up period that shall commence upon award and end upon delivery of the vessel, at which point payment of charter hire will begin. The contractor will be paid a fixed-price lump sum for all pre-delivery modifications that occur during the ramp-up period. The lump sum shall be payable upon delivery of the vessel. MSC expects to issue a solicition for this requirement in the near future.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/PM2-14-015/listing.html)
- Place of Performance
- Address: DELIVERY LOCATION: Miami, FL, Performance world-wide, United States
- Record
- SN03269600-W 20140118/140116234701-363dd1d63363933bdcd8a4fb2a8fbf72 (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 |