|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20,1999 PSA#2435Commander, Military Sealift Command, Bldg 210, 914 Charles Morris Court
SE, Code N10, Washington, DC 20398-5540 V -- TIME CHARTER OF U.S. FLAG CABLE VESSEL SOL N00033-99-R-2013 DUE
092299 POC Kevin Spillane at (202) 685-5225 (fax) or
kevin.spillane@MSC.navy.mil WEB: Military Sealift Command,
http://www.msc.navy.mil. E-MAIL: Military Sealift Command,
kevin.spillane@msc.navy.mil. Military Sealift Command Request For
Proposals N00033-99-R-2013 (16 September 1999) -- This procurement is
being conducted in accordance with Federal Acquisition Regulations
(FAR) Part 12, Commercial Items, and FAR Part 13.5. The Government is
not required to establish a competitive range, conduct discussions, nor
request final revisions. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested, and a written solicitation will not be issued. This
solicitation may also be viewed at the MSC Web site
(http://msc.navy.mil/N10/trans.htm). This solicitation replaces Request
For Proposals N00033-99-R-2012, which has been cancelled. A. MSC PM2P
requests proposals for a U.S. flag vessel as described below. This
synopsis/solicitation incorporates by reference MSC SPECIALTIME 99
(rev. 5/99). Copies of theupdated proforma may be downloaded from the
MSC Web site (http://msc.navy.mil/N10/library.htm) or may be obtained
by calling Kevin Spillane at (202) 685-5776. Proposals must be received
prior to 1200 hours, Eastern Standard Time, Wednesday, 22 September
1999. Proposals may be submitted via fax to (202) 685-5225 or by mail
to the following address: Military Sealift Command Code PM2P Room 320,
Bldg. 157 914 Charles Morris Ct., SE Washington Naval Station
Washington, DC 20398-5540 B. General: One U.S. flag vessel is required
for cable laying operations at the Atlantic Fleet Weapons Training
Facility (AFWTF), St. Croix, United States Virgin Islands (USVI). The
period of performance is approximately 19 -- 21 days commencing 03
November 1999. The area of operation is up to 10 nautical miles
Northwest of Fredricksted, St. Croix, USVI. Vessel loading and
unloading will take place in Key West, FL. The work required of the
contractor shall be to provide a vessel capable of deploying 60 km of
cable (two separate lengths) and stationkeeping in 45 meters of water
at the end point of the cable route for a period of several hours. The
cable-laying route will involve making a minimum of two 180
turns at a radius of 850 meters in 1,000 meters of water depth. The
vessel shall provide sufficient deck space to lay out all of the AFWTF
project cable-laying equipment. C. 1. Vessel Requirements: (a) Length
overall: 75 meters or greater (b) Beam: greater than 12 meters (c)
Draft: 6 meters or less (d) Depth: 9 meters or less (e) Freeboard: 3
meters or less at the stern (f) Clear deck space: minimum 407-m2
(33.4-m long x 12.2-m wide). Sufficient deck space shall be available
to lay out all the AFWTF project cable-laying equipment listed in
Attachment 1 (available upon request). (g) The vessel must be capable
of conducting cable-laying operations in up to and including Sea State
4 (19-knot winds, average wave height of 4.3 feet). (h) The minimum
range is 1,000 nautical miles excluding transits to and from the
vessel's homeport. Vessel must be capable of operating 24 hours per day
at sea for a minimum of five consecutive days. (i) The minimum transit
speed shall be 10 knots. (j) The vessel must be capable of maintaining
operating (cable laying) speeds of 0.5-2 knots constant for
approximately 24 hours. The vessel must maintain a course of +75 feet
up to a Sea State 4 with ocean current speeds ranging from 0-2 knots.
Government project personnel will direct vessel navigation and control
cable payout. Dynamic positioning is required to ensure that these
slow operating speeds can be achieved. (k) The cable-laying route will
involve making a minimum of two 180 turns at a radius of 850
meters in 1000 meters of water. (l) The vessel shall be capable of a
fixed static moor in a water depth of 30 meters. The static moor shall
consist of a four-point system that will not interfere with the deck
layout illustrated in Attachment 2 (available upon request). This
static moor shall be for the purpose of mooring the vessel at the end
point of the cable deployment. This means bitts or cleats to secure
mooring lines, not a four-point winch system. The vessel should be able
to move into and pick up a four-point moor. (m) Deck loading: 1000
lbs/ft2 (n) The vessel shall have a steel aft deck to weld equipment.
If wooden beams cover the steel deck, the contractor shall propose a
method to weld equipment to the deck such as metal beams, angle etc.
running across the deck, the cost of which shall be included in the per
diem rate. No special installations/alterations or underwater hull
work/dry-docking is required. (o) Personal Computer monitors will be
installed by the Government on the vessel's bridge for displaying
navigation. (p) Fresh or salt water cooling is required for the
Government-furnished Linear Cable Engine. The flow rate is 120 liters
per minute (q) Electrical power consisting of 208 VAC, 1 phase, 50-60
Hz, 50 amps is required. Government-furnished equipment (Linear cable
engine) will be powered (440 volt, 3 phase, 60 Hertz, star delta
starting, 125-kW) by Government-furnished generators. (r) The estimated
maximum number of days at sea required is 13. (s) One 5 ft by 3 ft desk
space on the bridge for helmsman navigation display is required. (t)
Air conditioning of the bridge is required. (u) The total number of
project personnel to be berthed and fed is 16; independent berthing
shall be provided for one female. (v) If the vessel is equipped with a
small boat, the boat may remain aboard as long as it does not
interfere with the AFWTF deck layout. 2. Port Operations: (a) The port
of operations will be the Naval Air Warfare Center, Trumbo Annex, Key
West, FL. The contractor, at time of award, will be provided with a
point of contact to arrange dockage of the vessel. (b) Port Services:
Vessel berthing will be arranged by a local agent on the behalf of the
Government. Requirements for entering/exiting the berthing shall be
the contractor's responsibility. The contractor shall make arrangements
for water, fuel, shore power, trash/sewage removal. (c) Fueling
Requirements: Fuel will not be supplied. It shall be the contractor's
responsibility. The contractor shall also be responsible for providing
diesel fuel for the project generators. D. Government-Furnished
Equipment: Attachment 1 lists all the Government-furnished equipment
(GFE) by type, dimensions and weight. The Government project crew will
be responsible for the loading, installation, operation and
maintenance of all GFE. The GFE does not require any air or water
cooling. E. Estimated operating scenario: 4 days of mobilization at the
Mobilization and Staging Area (MASA) in Southern Florida, 4 day transit
from MASA to St. Croix, 5 days of cable laying operations in St. Croix,
4 days return transit to Southern Florida, 2 demobilization days at
MASA Southern Florida, Transits to and from the port of operations to
the cable-laying site are approximately 1,000 miles. Percent time
underway: Five days at 0-2 knots will be required during cable-laying
operations. Percent of time in port is approximately six days. While in
port the vessel shall use contractor-arranged shore power. Percent of
time during transit to/from the cable-laying site and the MASA is
approximately eight days. F. Laydays: 03 November 1999 G.
Delivery/redelivery: Key West, FL H. Period of charter: Approximately
19 -- 21 days commencing 03 November 1999. I. The sections, provisions,
clauses, and conditions of MSC SPECIALTIME 99 (rev 5/99) apply
including but not limited to: FAR 52.212-1, Instructions to Offerors --
Commercial; FAR 52.212-4, Contract Terms and Conditions -- Commercial
Items; FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items. See MSC
SPECIALTIME 99 (rev 5/99) for applicable clauses of FAR 52.212-5.
Offerors shall include a completed copy of the provision at FAR
52.212-3, Offeror Representations and Certifications -- Commercial
Items, within its offer. The solicitation document and incorporated
provisions and clauses are thosein effect through Federal Acquisition
Circular 97-11. The following changes are made to MSC SPECIALTIME 99
(rev 5/99): 1. Section XI is deleted and replaced with the following:
XI. FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (JAN 1999) (a) The
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation will
be most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate offers: (i)
Technical capability of the item offered to meet the Government
requirement; (ii) past performance; (iii) price. Technical capability
and past performance, when combined, are approximately equal to price.
(b) Options. The Government will evaluate offers for award purposes by
adding the total price for all options to the total price for the basic
requirement. The Government may determine that an offer is unacceptable
if the option prices are significantly unbalanced. Evaluation of
options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or
otherwise furnished to the successful offeror within the time for
acceptance specified in the offer, shall result in a binding contract
without further action by either party. Before the offer's specified
expiration time, the Government may accept an offer (or part of an
offer), whether or not there are negotiations after its receipt, unless
a written notice of withdrawal is received before award. 2. Add the
following clause: DFARS 252.204-7004, Required Central Contractor
Registration (Mar 1998). Posted 09/16/99 (W-SN380970). (0259) Loren Data Corp. http://www.ld.com (SYN# 0085 19990920\V-0001.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|