|
COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1998 PSA#2143Defense Energy Support Center, 8725 John J. Kingman Rd., Suite 4950, Ft
Belvoir, VA 22060-6222 X -- CONTRACTOR-OWNED CONTRACTOR-OPERATED FUEL STORAGE FACILITY
LOCATED IN THE RED SEA AREA SOL SPO600-98-R-0060 DUE 091898 POC
Contract Specialist Mr. Shedric Crump @ (703) 767-9348, e-mail address
scrump@desc.dla.mil E-MAIL: scrump@desc.dla.mil, Shedric Crump, (703)
767-9348, e-mail scrump@desc.dla.mil. Defense Fuel Support Point
services (COCO Storage Services) are required in the Red Sea area for
the period no later than January 1, 1999. The contract period will be
a five (5) year multiyear (contract)period. The following terms and
conditions are applicable to the requirement for contract services in
the Red Sea area. 1. Area of Consideration: The purpose of this
requirement is to obtain the necessary facilities and services required
to receive, store, and ship US Government-owned petroleum products in
the Red Sea area. This area is defined as port facilities in countries
along the Red Sea, Jeddah south to Djibouti and Yemen. The country of
Jordan will not be considered. 2. Tankage Required: A maximum total of
up to 600,000 barrels (shell capacity) of storage will be considered.
Of that quantity, up to 400,000 barrels of F76 and 200,000 barrels of
JP5 will be considered. A minimum of two tanks per product,
interconnected and isolated from other facilities and products handled
with the tank farm isdesired, however, one tank per product will be
considered. All storage must be available at a single loading port.
Dedicated facilities are preferred, however, a common system will be
considered. Offerors must submit the data required by Clause L116.01 3.
Grade of Service: Two grades of product; Turbine fuel aviation grade
JP5 adn Naval Distillate Fuel F76. 4. Estimated Throughput: The US
Government will be entitled to initial fill and final shipment free of
charge during the 5 year performance period in addition to one
turnover, per grade of product, of the awarded fill capacity in a 12
month period, hereafter referred to as allowed throughput. Offerors
shall indicate any additional throughput charge for volumes in excess
of the allowed throughput in their offer. 5. Receiving Capability: via
tanker/barge and US Navy vessels (Fleet Oiler, small boys, etc), is
required on a 24-hour per day, 7-day per week basiss at pumping rates
compatible with the mode of transportation tendered (minimum 2,000
barrels perhour for barge and 8,000 barrels per hour for tankers).
Pipeline receipt on a 24-hour per day, 7-day per week basis will be
considered as a secondary mode. 6. Shipping Capability: via
tanker/barge and US Navy vessels (Fleet Oiler, small boy, etc) on a
24-hour per day, 7-day per week basiss at pumping rates compatible with
mode of transportation tendered (minimum 2,000 barrels per hour for
barge and 8,000 barrels per hour for tankers). The capability to
transfer product between storage tanks on a 24-hourss per day, 7 day
per week basis is desired. 7. Berthing facilities: The contractor's
berthing facilities must be capable of handling a minimum 40,000 dead
weight ton vessels with an overall length of 800 feet and a minimum
draft of 39 feet at mean low tide from berth to open sea on a 24 hour
per day, 7-day per week basis. Berthing facilties must be capable of
receiving barges. Offerors must provide any port
restrictions/requirements and harbor fees with offers, along with
height restrictions from ship's manifold to waterline during
loading/unloading. Other details about this requirement will be in the
solicitation SPO600-98-R-00600 which will be issued on August 3, 1998.
Posted 07/21/98 (W-SN226185). (0202) Loren Data Corp. http://www.ld.com (SYN# 0113 19980723\X-0005.SOL)
X - Lease or Rental of Facilities Index Page
|
|