|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1998 PSA#2098Commander, Military Sealift Command, Code PM2P, Bdlg. 157, Room 320,
Washington Navy Yard, Washington DC 20398-5540 V -- REQUIREMENTS CONTRACT FOR SUPPORT VESSELS DUE 051598 POC POC --
Kevin Spillane at 202-685-5776 or Kevin.spillane@ SMTPGW.msc.navy.mil
WEB: Military Sealift Command, http://www.msc.navy.mil. E-MAIL:
Military Sealift Command, Kevin.Spillane@SMTPGW.msc.navy.mil. Military
Sealift Command Request For Proposals N00033-98-R-2002 (13 Apr 98) --
This procurement is being conducted in accordance with Federal
Aacquisition Regulations Part 12, Commercial Items, and FAR Part 13.5.
A. MSC PM 2P requests proposals for U.S. flag vessels to support
Coastal Systems Station/Naval Surface Warfare Center (CSS) tests as
described below. References below apply to the box layout of MSC
Specialtime 98 (rev.4/98) (available from MSC PM2P upon request or from
MSC internet homepage -http://www.msc.navy.mil/n10/library.htm), which
shall be the charter form of any contract resulting from this
solicitation. Proposals must be received prior to 1200 hours,
Washington DC time, 29 May 1998. Proposals may be submitted via fax to
(202) 685-5225 or by mail to the following address: Military Sealift
Command Code PM2- Room 320, Bldg. 157 914 Charles Morris Ct., SE
Washington Navy Yard Washington DC, 20398-5540 1. Vessel(s) required:
U.S.-flag vessels as herein described. It is the Government'sintention
to award a primary requirements contract to the low-priced offeror
within each category. The government reserves the right to issue one or
more additional requirements contracts (secondary contracts) that will
have call-outs issued only upon refusal of orders by the primary
requirements contractor or when multiple vessels are required within a
single category. No contractor, either primary or secondary, will be
entitled to financial remedies if that contractor does not provide the
service required in the schedule. Four categories of vessels will be
required: a. Heavy. Vessel(s) must meet the following requirements:
minimum cargo-carrying capacity 200 LT. Minimum 2000 square feet clear
deck space. Minimum accommodations for thirty Government personnel.
Capable of towing in Sea State four at two knots with a maximum
offtract error of 25 yards. b. Medium. Vessel(s) must meet the
following requirements: minimum cargo-carrying capacity 100 LT. Minimum
1800 square feet clear deck space. Minimum accommodations for fifteen
Government personnel. Capable of towing in Sea State four at two knots
with a maximum offtract error of 25 yards. c. Light. Vessel(s) must
meet the following requirements: minimum cargo-carrying capacity 25 LT.
Minimum 500 square feet clear deck space. Minimum accommodations for
twelve Government personnel. Capable of towing in Sea State three at
two knots with a maximum offtract error of 25 yards. d. Light
high-speed. Vessel(s) must meet the following requirements: minimum
speed of twenty knots. Minimum accommodations for ten Government
personnel. All vessels must be USCG certified and meet applicable ABS
specifications. All vessels must be able to operate safely in Sea State
four (up to 27-knot winds and seven-ft. Waves) and transit in Sea State
five (up to 40-knot winds and 13-ft. Waves). 2. Place/range of
delivery: CSS facility, Panama City, FL. 3. Place/range of redelivery:
CSS facility, Panama City, FL. 4. Charter period: one year with four
one-year options, declarable at the Government's sole option at least
sixty (60) days prior to expiration of the period then current. 5.
Laydays: as required within the terms of the contract. 6.
Terms/conditions/attachments added, deleted, or modified: a. Call-out
requirements: the Government will provide at least a one-week period
from execution of a task order to arrival at the CSS; however, vessels
may be required to arrive at CSS docks within 24 hours of the
execution of a task order in cases of critical operations, if mutually
agreeable. b. Contract commencement: 29 june 1998. c. Mission: Vessels
will be required to support at-sea operations conducted by the css.
At-sea operations include deployment and recovery of inert mines and
test instrumentation and objects, the tow of surface and submerged
vehicles, housing and support of test data acquisition equipment and
personnel, and on-station monitoring. Estimated annual usage (in days)
is as follows (1) heavy: 120 underway/42 standby (pierside) (2)
medium: 25 underway/3 standby (pierside) (3) light: 6 underway/1
standby (pierside) (4) light high-speed: 18 underway/0 standby d.
Operating area: Operations will be conducted in local and remote
waters. Local operations will be conducted in the ST. Andrew Bay and
the Gulf of Mexico. Operations may also be conducted at various
locations along the East Coast of the United States and surrounding
waters near Puerto Rico in the West Indies. e. Port operations: The
primary support point for the vessels will be the berthing facilities
at the CSS (Panama City, FL). The nominal depth at the berths is in
excess of 20 ft. Berthing services can be provided. Shore power
(480v/240v 3-phase and 115v single-phase), diesel fuel, potable water,
and sewage/trash removal services will be available. The vessel will
be responsible for its own fuel during the execution of a task order;
however, the cost of fuel will be reimbursed in accordance with the
terms of the contract. f. Operating scenario: A typical operation
scenario would require the vessel to arrive at the CSS docks by
aprescribed date, be pierside one day to loadout, conduct the evolution
underway, and return to the css to offload. Normally pierside loadout
and offload would be accomplished by the Government utilizing the crane
support assets at the CSS and during regular working hours. Pierside
layovers may occur due to unexpected program delays. Operations will be
either daily (depart AM/return PM) or deep water (18-hour work days
offshore). Operations may extend from two to twelve days. Government
furnished equipment will include generators, instrumentation vans,
winches, mobile crane, and communication/navigation equipment. No
ordnance will be employed. No underhull work is anticipated. Government
may install padeyes with restoration to be accomplished by Government
after offload of equipment. g. As noted above, delivery and redelivery
of vessels under the delivery order will be required at CSS facilities
in Panama City, FL. Offerors must identify additional costs, if any,
associated with transiting to and from the delivery/redelivery point.
Offerors may propose one or more vessels for one or more categories. h.
The following modifications to MSC Specialtime 98 are incorporated: (1)
Delete page i-3. A procurement-specific replacement is available upon
request. (2) Delete clause II(j), "Risk of Loss". (3) Article
III(a)(1), in the first sentence delete "18" and replace with "16". (3)
Delete Article III(c), "Reporting Requirements". (4) Delete Article
III(d), "Crew Qualifications." (5) Delete Article III(e), "Cargo
Receipt". (6) Delete Article III(f)(3), "Detention or Standby". (7)
Delete Article III(f)(4), "Charterer's Responsibility." (8) Delete
Article III(f)(5), "Expenses". (9) Delete Article III(f)(6),
"Lighterage". (10) Delete Article III(f)(7), "Stevedore Damage". (11)
Delete Clause III(h), "Deck Cargo". (12) Section IV(a), "General
Definitions" is deleted and incorporated by reference. (13) Article
IV(b)(1), "Laydays", delete "not later than 1600 hours" in the first
sentence and replace with "not later than 0800 hours". (14) Article
IV(c), "Redelivery", delete the last sentence and replace with the
following: "Charterer shall give owner not less than 24 hours notice of
expected date and range of redelivery." (15) Delete the last sentence
of Clause IV(d), "Ports/places". (16) Article IV(e), "Charter Period",
delete the first sentence and replace with the following: "This
contract shall be for the period designated in box 4, commencing upon
contract award." (17) Article IV(e), "Charter Period", delete all
references to time lost. (18) Article IV(e), "Charter Period",
declaration of option periods to be declared not later than sixty days
prior to expiration of the period then current. (19) Delete Clause
IV(f), "Drydock". (20) Delete Article IV(g)(5), "Charterer Named
Assured". (21) Delete Article IV(h), "War". (22) Delete Clause IV(l),
"Time Lost". (23) Delete Article IV(o), "Logs." (24) Delete Article
IV(p)(2), "Provision of Fuel". (25) Delete Article IV(p)(3), "Owner's
Purchase of Fuel". (26) Delete Article IV(p)(4), "Reasonable Expenses".
(27) Delete Article IV(p)(5), "Bunker Sampling Equipment". (28) Delete
Clause IV(q), "Reduced Operational Status". (29) Delete Clause IV(t),
"Subcharter". (30) Delete Clause IV(y), "Alterations", and replace
with the following: "(y) Alterations. The charterer shall be at liberty
to make any additional alterations it may require beyond what is on
board at the commencement of the charter, such work to be done at
charterer's expense and on its time. The charterer shall, during the
period of the charter, remove any alterations and additions thereto at
its expense and time and shall restore the vessel to her condition
prior to such changes, ordinary wear and tear excepted." (31) Delete
Clause IV(aa), "Standards of Appearance". (32) Delete Clause IV(ae),
"Ship Physical Security". (33) Delete Clause X(h), "Multiple Awards"
and replace with the following: "(h) the Government reserves the right
to award multiple contracts. Under such a structure, the Government
will award a primary requirements contract to the low-priced,
technically acceptable offeror and award one or more secondary
requirements contracts to the next-lowest, technically acceptable
offeror in each category. Call-outs will be issued first to the primary
requirements contractor; however, the government reserves the right to
issue call-outs to the secondary requirements contractor(s) when the
primary requirements contractor is unable to provide services as stated
above." (34) On page X-3, delete from "Addendum" (1) Strike contingency
plan, (2) Subcontracting plan, and (4) Quality control plan. (35)
Delete Article XI(a)(4), "Quality Control". (0134) Loren Data Corp. http://www.ld.com (SYN# 0096 19980519\V-0001.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|