Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2014 FBO #4767
DOCUMENT

V -- Transport by sea of dangerous waste from PSNS and IMF, Bremerton, WA to Port of Benton, Richland, WA - Attachment

Notice Date
12/11/2014
 
Notice Type
Attachment
 
NAICS
483211 — Inland Water Freight Transportation
 
Contracting Office
N00406 NAVSUP Fleet Logistics Center Puget Sound 467 W. STREET BREMERTON, WA
 
Solicitation Number
N0040614R5020
 
Response Due
12/19/2014
 
Archive Date
1/3/2015
 
Point of Contact
Kacy.patton@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTIFICATION. THIS IS A MARKET RESEARCH TOOL TO DETERMINE THE AVAILABILITY OF SOURCES PRIOR TO ISSUING THE RFP. THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY. The following information is provided to assist the NAVSUP Fleet Logistics Center “ Puget Sound (FLC-PS) in conducting market research of Industry to identify potential Small Business, Veteran “Owned Small Business, Service Disabled Veteran Owned Small Business, Certified HUBZone Small Business, Small Disadvantaged Business and Women Owned Small Business certified by the Small Business Administration (SBA) with current relevant qualifications, experience, personnel, and capability to perform the transport by sea of radioactive material and dangerous waste from Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF), Bremerton, WA to the Port of Benton barge slip, near Richland, WA on the Columbia. The North American Industry Classification System (NAICS) code for this proposed competitive procurement is 483211 (size 500). This procurement is for a single award, firm fixed price indefinite delivery, indefinite quantity (IDIQ) contract. The contract is for one (1) base year and three (3) one year option periods. The period of performance will be specified in each task order by the Contracting Officer. Shipments occur between approximately March 1 and October 31. The transit route shall be via commercial shipping lanes from PSNS and IMF in Sinclair Inlet, through Rich Passage, north through Puget Sound, west through the Strait of Juan de Fuca (staying south of the inbound Vessel Traffic System lane when transiting out the Strait of Juan de Fuca to remain in U.S. waters), around Cape Flattery, south along the Washington coast (outside the Olympic Coast National Marine Sanctuary Area to be Avoided) to the mouth of the Columbia River and thence to the Port of Benton barge slip near Richland, WA, at approximately River Mile (RM) 342.8. After the package has been off-loaded and the barge released by the Landhaul Contractor, the Towing Contractor shall return the barge and Government Furnished Equipment to PSNS and IMF. Separate ocean and river going tugs shall be utilized for each respective leg of the trip. Ocean tugs may be utilized as far up the Columbia River as the Portland/Vancouver area. For reliability and safety, the Towing Contractor shall utilize tugs with a minimum of two screws and two main engines. The minimum total power requirements (unless otherwise approved by PSNS and IMF) shall be 2800 shaft horsepower for each ocean tug and 1800 shaft horsepower for each river tug. These ratings are peak horsepower, not continuous. Tugs used for the ocean leg shall be built to ABS standards with current load-line certification. Tugs for the river leg shall be equipped with pushing knees. All tugs shall have at least one dewatering pump onboard for emergency purposes. See further specifications 4.2.15 “ 4.2.29 in attached document CONTRACT SPECIFICATIONS. It is requested that interested businesses capable of providing the towing services sought submit to the contracting office a brief capabilities statement package demonstrating the ability to perform the requested service per the attached contract specifications. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm ™s qualifications to perform the defined work. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Respondents will not be notified of the result of the evaluation. A. The documentation shall address, at a minimum, the following: 1) Name and address of firm 2) Data Universal Numbering System (DUNS) number 3) Commercial and Government Entity (CAGE) code number 4) Year firm was established and number of employees, 5) Name of two principles to contact, including title, email address and telephone number 6) If applicable, Small Business designation/status (e.g., 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, et cetera). B. RELEVANT EXPERIENCE in performing efforts of similar scope and complexity. The following Government or commercial information shall be provided for each of your relevant experiences: 1) Contract number and project title 2) Name of contracting activity 3) Primary Point of Contact for the project (e.g., Administrative Contracting Officer, Contracting Officer ™s Representative, or Technical Representative). Provide name, telephone number and email address for point of contact. 4) Indication of whether your firm acted as the prime contractor or was a subcontractor. 5) Contract period of performance and contract value. 6) Brief summary of work performed and how it related to the ocean and river towing services sought by this Request for Information. C. ABILITY TO MEET VESSEL, EQUIPMENT AND PERSONNEL SPECIFICATIONS “ per section 4.2.15 “ 4.2.29 in attached CONTRACT SPECIFICATIONS. The following shall be provided: 1) Specification for ocean tug and river tug including towing hawser details. 2) Specification of navigational aids onboard. 3) Per 4.2.29 of attached specification, qualification of tug captain and related experience on Columbia River. The Government will neither award a contract solely on the basis of this Sources Sought Synopsis nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice. This sources sought synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government ™s acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be used only to determine if there is interest by qualified firms and will not be used in award. NAVSUP FLC-PS reserves the right to independently verify all information submitted. Submit required information to: Kacy Patton via email at kacy.patton@navy.mil. Written submittals are required to be received via email no later than 2:00 pm on 19th of December 2014. Telephone, fax, or mailed responses and inquiries will not be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040614R5020/listing.html)
 
Document(s)
Attachment
 
File Name: N0040614R5020_CONTRACT_SPECIFICATIONS.docx (https://www.neco.navy.mil/synopsis_file/N0040614R5020_CONTRACT_SPECIFICATIONS.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0040614R5020_CONTRACT_SPECIFICATIONS.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03594100-W 20141213/141211234855-32e115415765b01f76f26d3f5ddbe9a3 (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.