Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS

X -- COCO STORAGE SERVICES FOR GOVERNMENT-OWNED FUEL IN THE ARABIAN GULF AREA

Notice Date
July 3, 2001
Contracting Office
Defense Energy Support Center, 8725 John J. Kingman Rd., Suite 4950, Ft Belvoir, VA 22060-6222
ZIP Code
22060-6222
Solicitation Number
SPO600-01-R-0090
Response Due
August 31, 2001
Point of Contact
Mrs. Alicia C. Williams @ (703) 767-9340 or Mr. Shedric O. Crump @ (703) 767-9347
E-Mail Address
awilliams@desc.dla.mil, scrump@desc.dla.mil (Alicia Williams, awilliams@desc.dla.mil, Shedric Crump, scrump@desc.dla.mil)
Description
Solicitation SPO600-01-R-0090: Services and facilities to receive, store, protect, and ship two grades (JP5 of Jet-A1) in the Arabian Gulf area. This area is define as an area along the Arabian Gulf Littoral on the east coast of Saudi Arabia, south from Al Jubail, including Bahrain, the United Arab Emirates (UAE) and Fujairah, but excluding Oman. Based on the minimum advanced notification imposed by the Saudi port authorities, ranging from 30 days to 45 days, any offer proposed by Saudi Arabia will be evaluated relative to the possible contrains to the U.S. Forces operation flexibility. Tankage Required: Approximately 1,874,000 barrels (shell capacity)(605,000 barrels JP5/1,269,000 barrels of JetA-1) of storage. 605,000 barrels (shell capacity) of JP5 must be located on the Island of Bahrain. A minimum of two tanks per product, interconnected and isolated from other facilities and products handled within the tank farm is desired however one storage tank at Bahrain is acceptable. Dedicated facilities are preferred; however, a common system will be considered, provided the offeror submits the data required by Clause L116.01. Grade of Service: Aviation Grade Jet Fuel, JP5 at Bahrain and/or JA1 at other locations. Receiving Capability: Via tanker/barge and Navy Fleet Oiler (AO/AOE) on a 24-hour per day, 7 day per week basis at pumping rates compatible with the mode of transportation tendered (mimimum 2,000 barrels per hour for barge and 8,000 barrels per hour for tankers and Navy Fleet Oilers). Shipping Capability: Via tanker/barge and Navy Fleet Oiler (AO/AOE) on a 24-hour per day, 7 day per week basis at pumping rates compatible with the mode of transportation tendered (mimimum 2,000 barrels per hour for barge and 8,000 barrels per hour for tankers and Navy Fleet Oilers). Via tank truck for offers on the Island of Bahrain Only: On a "regular work week" schedule, weekends and local holiday's excepted, the Contractor shall provide all labor and equipment necessary for providing sufficient trucks with trailers capable of the delivery of 120,000 U.S. Gallons of Government-owned jet fuel per hour day to customers within the Island of Bahrain. The contractor's truck fill stand facility must be capable of loading and shipping sufficient 8,000 gallon trucks or equivalent to deliver 120,000 U.S. Gallons-total capacity per an eight hour day. The Government will reimburse the Contractor for direct-out-of-pocket costs under the provisions of a reimbursable line item. Berthing Facilities: The Contractor's berthing facilities must be capable of handling 38,000 dead weight ton vessels with an overall length of 800 feet and a mimimum draft of 40 feet from berth to open sea on a 24-hour per day, 7-day per week basis. Berthing facilities must also be capable of receiving barges. NOTE: Offerors should provide any port restrictions/requirements, harbor/port fees/transportation charges and/or any other charges levied by the Port Authority with their offers. Height restrictions from ship's manifold to waterline during loading/unloading should also be included in the offer. Ancillary Facilities: The facilities to be furnished under this requirement shall include, as a minimum, the following: a. All tanks and facilities offered must meet the mimimum requirements of the current API standards, the NFPA codes, and/or all in country laws, regulations, etc., applicable to tanks and facilities of the type to be provided. The facility must be equipped with illumination to allow receipt/issue operations during hours of darkness. b. Contractor-furnished filtration/separation system that meets the specifications outlined in the current API Publications 1581, Specifications and Qualifications Procedures -- Aviation Jet Fuel Filter Separator. The capability must exist to filter fuel during tank-to-tank transfers. c. Additive Handling/Injection: Contractor shall provide the following additive handling/injection services in addition to the requirements in Clause F45.01 (Operation of Conductivity Additive System), Clause F45.03 (Operation of Fuel System Icing Inhibitor (FSII) Additive System) and Clause F45.04 (Operation of Corrision Inhibitor Additive System). As required by the Government, the Contractor shall receive, store, handle, maintain and inject the following Government-provided drummed/package additive products per each 12 month performance period: 1. Up to 40 drums of Fuel System Icing Inhibitor (FSII), 2. Up to 5 drums of Corrision Inhibitor (CI), 3. Up to 5 pails of Static Dissipator Additive (SDA). Storage locations offered on the Island of Bahrain and within the United Arab Emirates shall be capable of providing all necessary labor, equipment, facilities to fill Government-furnished drums with FSII and from the Contractor's Government-furnished bulk FSII stocks. The Government shall reimburse the Contractor under the provisions of a reimbursable line item for all out-of-pocket costs associated with drum filling operations. d. In the absence of any contract provisions or referenced method, specifications, or other instruction, the Contractor shall perform all services in accordance with the best commercial practices. Special Requirement: The Contractor will be responsible for the following quality assurance requirements: a. At the request of the U.S. Government representative, the Contractor may be required to test and/or issue JP5 under the F76 or JP8 specification. The U.S. Government representative may request up to four (4) full specification tests from each of the three specifications, per tank, per 12 month performance period. b. Full specification testing will be performed quarterly on all bulk additives. c. A full specification test will be performed annually on all drummed additives. The drummed lot will be randomly selected for testing by the U.S. Government representative.
Web Link
Facilities and Distribution Management (DESC-F) Solicitation (http://www.desc.dla.mil/main/f/fp/solic_f.htm)
Record
Loren Data Corp. 20010706/XSOL001.HTM (W-184 SN50Q789)

X - Lease or Rental of Facilities Index  |  Issue Index |
Created on July 4, 2001 by Loren Data Corp. -- info@ld.com