Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489

Defense Energy Support Center, 8725 John J. Kingman Rd., Suite 4950, Ft Belvoir, VA 22060-6222

X -- CONTRACTOR-OWNED CONTRACTOR OPERATED STORAGE FACILIY IN UAE SOL SP0600-00-R-0029 DUE 021700 POC Contract Specialist, Shedric O. Crump @ (703) 767-9348 WEB: Facilities solicitations, www.desc.dla.mil.main/f/fp/solic_f.htm. E-MAIL: Contract Specialist, Shedric O. Crump/DESC-FPC, scrump@desc.dla.mil. Contractor-Owned, Contractor-Operated (COCO) type Defense Fuel Support Point (DFSP)services are required in the area of United Arab Emirates (UAE) along the Gulf of Oman for the period beginning September 3, 2000 for a five year period (multiyear). Area of Consideration: Any UAE port facility along the Gulf of Oman that meets the specified requirements. Tankage Required: A minimum of 500,000 barrels of bulk storage for the following types and quantities of U.S. provided and owned fuel. A minimum of two tanks are required for each grade of product. A dedicated system is preferred; however, a common isolated system will be considered providing acceptable handling procedures on how the integrity of each product will be protected and supporting data that suhc procedures will be less costly to the U.S. Government is provided. Tanks configured to meet all local regulations and local Government regulations and commercial practice for protection of the type of fuels to be stored will be acceptable. The productwill be stored with additives. Offerors must submit the data required by Clause L116.01. Product to be stored: 300,000 bbls of Fuel, Naval Distillate, Grade F76 and 200,000 bbls of Jet Fuel, Grade JP5. Estimated Throughput: Product stored will remain relatively static except for limited use by passing ships. After initial fill, throughput is expected to be approximately 400,000 bbls per year (400,000 bbls per year shipped and 400,000 bbls per year received). An average of four ships per quarter will conduct a brief stop for fuel at the facility and Navy Oilers will lift a fuel cargo semi-annually. Shipping and Receiving Capability: 1. Via tankers, U.S. Navy ships, and barges on a 24-hour per day, 7 day per week schedule at the following pumping rates: Ocean-going tankers & Navy fleet Oilers 6,000 -- 8,000 bbls/hr(954 -- 1,272 m3/hr). Barges/Navy Combatants 2,000 bbls/hr (318 m3/hr). 2. Bunkering of U.S. Navy ships with F76 and/or JP5 through 4-inch and /or 6-inch connections as required. Types of Ships expected to visit will be listed in formal solicitation package. Tank Truck Capability: A tank truck loading facility must be provided for delivery of JP5 fuel to inland locations. Tank truck loading capability is required 24 hours a day, seven days a week. The tank truck loading facility should be one that is dedicated to JP5 service with the minimum capability to load 1.5 trucks per hour. (Note: Normal UAE work week is Sunday through Thursday). Berthing Facilities: The berthing facility must be capable of handling U.S. Government oil tankers, U.S. Navy ships of up to 40,000 dead weight tonnage (DWT) requiring up to 39 feet (12 meters) of water from dock to open sea. Barge shipments may also be required. Deballasting Facilities: A Contractor-furnished filtration/separation system is required that allows the fuel to be filtered for tank truck filling operations. Additionally, the capability must exist to filter the jet fuel, when needed, during tank-to-tank transfers and when replacing dormant fuel in pipelines or when re-packing the pipelines with fuel. The filtration/separation system must be of the kind that meets the specifications outlined in the current American Petroleum Institute (API) publication 1581, "Specifications and Qualification Procedures -- Aviation Jet Fuel Filter/Separator." Additive Injection Capability: The Contractor shall provide an additive injection system meeting the requirements of contract clause F45.03 (Operation of the Fuel System Icing Inhibitor (FSII) Additive System) and F45.04 (Operation of the Corrosion Inhibitor Additive System) is required. The Contractor shall have the capability to receive, store and inject fuel additives as required by the ordering document. Laboratory Services: The Contractor shall provide laboratory services to test U.S. Government-owned products in accordance with contract clause C19.07, Testing Petroleum Products (DESC Aug 1991). If the Contractor cannot provide full testing capabilities ( to be identified in Attachments in the solicitation) acceptable to the Government, the Contractor shall be responsible for shipping the required samples to a commercially contracted laboratory approved by the U.S. Government. As a minimum, the "Type C" testing indentified in the solicitation attachmeents, including the requirements identified in clause E28, shall be available within the Contractor's facility. The calibration of testing equipment will be in accordance with L17.02, Quality Control Plan (DESC Aug 1991). The Contractor shall maintain and report inventory accountability in accordance with clause I119.06, Property Control Records. All standard clauses that apply to overseas COCO contracts are applicable to this requirement. Posted 12/02/99 (W-SN405142). (0336)

Loren Data Corp. http://www.ld.com (SYN# 0108 19991206\X-0001.SOL)


X - Lease or Rental of Facilities Index Page