Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2014 FBO #4570
SOLICITATION NOTICE

V -- Beyond the Horizon Redeplyment

Notice Date
5/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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
N00033-14-R-5216
 
Archive Date
6/18/2014
 
Point of Contact
Lorrie A Leedy, Phone: 2026856310
 
E-Mail Address
lorrie.leedy@navy.mil
(lorrie.leedy@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
28 May 2014 This is the Military Sealift Command, Sealift Program Management Office, Washington, DC UPDATE: EFFECTIVE 28 JAN 2014 - THE MSC WEBSITE IS TEMPORARILY DISABLED, WITH NO ESTIMATED DATE TO RESUME NORMAL OPERATION. MARKET SURVEYS, RFPS, AMENDMENTS AND CONTRACT AWARDS WILL BE POSTED TO THE FEDBIZOPPS WEBSITE (ONLY) UNTIL FUTHER NOTICE. WWW.FBO.GOV PROFORMA DOCUMENTS WILL BE MADE AVAILABLE UPON REQUEST. _______________________________________________________________________________ Subj: RFP N00033-14-R-5216 Ref: (a) SF 1449 (b) MSC DRYVOY 2013 Rev 1 (10-13) MSC Sealift Program Management Office, Code PM52, requests proposals for vessel(s) capable of meeting the transportation requirements described below. The paragraph numbers below apply to the box layout of references (a) and (b), which are incorporated herein by reference (available on the MSC web site at http://www.msc.navy.mil, under "Contracts," then "Proforma," or upon request), and shall be the charter form of any contract resulting from this solicitation. By submission of a proposal, the offeror confirms agreement with all terms and conditions of this solicitation and the charter form, unless otherwise identified therein.   A. STANDARD FORM 1449 BOXES I. Standard Form 1449 Boxes 2. Contract No.: Will be provided upon award 5. Solicitation No.: N00033-14-R-5216 6. Solicitation Issue Date: 28 May 2014 7. For Solicitation Information Call: Lorrie Leedy 202-685-6310 or e-mail at lorrie.leedy@navy.mil 8. Offer Due Date: 03 June 2014 at 0900 hours local Washington DC time. 9. Issued By: Military Sealift Command, Sealift Program Management Office, PM52, Bldg. 210, Rm. 275, 914 Charles Morris Court SE, Washington Navy Yard, DC 20398-5540, (Code: N00033) FAX: (202) 685-5852 10. This Acquisition is: TOTAL SMALL BUSINESS SET-ASIDE NAICS CODE: 483111 14. Method of Solicitation: RFP 18a. Payment will be made by: SEE Part VIII (4) WAWF Submit electronic invoices IAW WAWF contract clause, MSC Worldwide DC ANY (MAY 2013). 18b. Submit invoices to: SEE Part VIII (5) MSC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012) 27a. Solicitation incorporates by reference FAR 52.212-1 and 52.212-4; 52.212-3 and 52.212-5 are incorporated by full text. A. PART I - DRYVOY BOXES: 1. VESSEL(S) REQUIRED: A self-sustaining, U.S. or Foreign flag vessel or tug/barge to lift approximately 474 pieces (+/- 10%) of general cargo totaling 80,352 SQ.FT. (+/- 10%). Vessel must have a ramp capacity of 33 STONs. 1. Cargo Description: (Cargo list will be provided upon request) Hazardous Material: None Cargo Dimensions: Tallest piece: 162 in Widest piece: 151 in Longest piece: 630 in Heaviest piece : 33 STONs 2a. Load/ Discharge Term Free Out: Port Arthur, TX (2E6) Liner In/Liner Out: Port of Rio Haina, Dominican, Republic (CJ4), Port of Santo Tomas, Guatemala (CJ6) and Belize City, Belize (CR1). Puerto Cortez, Honduras (CR4) - Drayage is required from pier to staging area. Load Port(s)/Place(s): Load Port (SPOE 1) Port of Rio Haina, Dominican, Republic (CJ4) Available to Load Date (ALD) 02 Jul 2014 Approx. 245 pcs Load Port (SPOE 2) Port of Santo Tomas, Guatemala (CJ6) Available to Load Date (ALD) 15 Jul 2014 Approx. 145 pcs Load Port (SPOE 3) Belize City, Belize (CR1) Available to Load Date (ALD) 17 Jul 2014 Approx. 64 pcs 2. Laytime: 7 days SSHEX 3. Discharging Port(s)/Place(s): Discharge Port (SPOD 1): Puerto Cortez, Honduras (CR4) Latest Arrival Date (LAD) 09 Jul 2014 Approx. 59 containers Discharge Port (SPOD 2): Port Arthur, TX (2E6) Latest Arrival Date (LAD) 24 Jul 2014 Approx. 395 pcs 4. Laydays: Commencing: 01 Jul 2014 Cancelling: 02 Jul 2014 5. Terms/Conditions/Attachments added, deleted or modified CALL OUT: V (a) POSITION REPORTS: TO BE SENT TO THE EMAIL ADDRESSES AS FOLLOWS: Richard.caldwell1@navy.mil; brian.hill1@navy.mil V (o) LOADING AND DISCHARGE (F.I.O.S.S.) (JUN 1998); Port Arthur, TX. V (q) LOADING AND DISCHARGING (LINER TERMS) (JUN 1998); Rio Haina, Dominican Republic, Santo Tomas de Casillas, Guatemala, Belize City, Belize, Puerto Cortez, Honduras. PART VI: MODIFY TO READ: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2014): Checked clauses remain unchanged. PART VI (b)(12): ADD FAR 52.212-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE http://www.acquisition.gov/far/current/html/52_212_213.html AMEND PART VIII-(b) (8) TO READ: DFARS 252.204-7012, SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013); CHECKED PART VIII (b)(12): AMEND TO READ: DFARS 252.215-7008 ONLY ONE OFFER (OCT 2013) AMEND: X(c) - AMEND READ Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Note: Failure to submit all required information as requested could result in your offer not being considered for award. PART XII (b) (c): AMEND TO READ: FAR 52.212-3 Offeror Representations and Certifications-Commercial items, (NOV 2013) Alternate 1 (APR 2011). PART XIII (b) (2): AMEND TO READ: 252.209-7993 Representation by Corporations Regarding an unpaid delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. C. Instructions to Offerors Offerors shall use the guidelines set forth in Part X for submission of offers; however, in addition to this solicitation, offers must contain the following: Information pursuant to Ref (b), MSC DRYVOY 2013 Rev 1 (10-13) DRYVOY BOXES pages I-1 through I-7, as applicable and at a minimum: - Owners acknowledgement of all terms and conditions of the RFP and DRYVOY PROFORMA 2013 Rev 1 (10-13) - INMARSAT # - Call sign - IMO # - Vessel Year - Vessel Flag - Proposed laydays - Date of offer expiration - Lump sum price and demurrage rate. - Owners full style e-mail address and point of contact to be used in conjunction the Government's web-based post-contract performance information system, CPARS, which stands for Contractor Performance Assessment Reporting System. Instructions to be provided post-award. - Completed Offeror Representations and Certifications - Commercial Items FAR 52.212-3 (Nov 2013). - (DFARS 252.212-7000 and DFARS 252.212-7001) - Reserved. - Completed (JUL 2014) FAR 52.209-7 - Information Regarding Responsibility Matters - COMPLETED (2014) DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations (Deviation 2014-O00004) (FEB 2014) - Offerors signature - Speed of Advance (SOA) laden and detailed itinerary. - The Offeror shall provide vessel ETA load port and estimated date vessel will be prepared to load in all respects. Note: Failure to submit all required information as requested could result in your offer not being considered for award. SIGNED: JAY STANDRING, CONTRACTING OFFICER, MSC, N1033
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-14-R-5216/listing.html)
 
Record
SN03377588-W 20140530/140528234733-b6c0bde90f610e7cf3d1d5dc2fc47869 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.