COMMERCE BUSINESS DAILY ISSUE OF JULY 10, 2001 PSA #2889
SOLICITATIONS
V -- BUOY TRANSPORTATION, DEPLOYMENT AND RETRIEVAL
- Notice Date
- July 6, 2001
- Contracting Office
- U. S. Department of Commerce, National Data Buoy Center, Stennis Space Center, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NWWG9500199990
- Response Due
- July 21, 2001
- Point of Contact
- Dennis E. Morris, Contracting Officer, phone (228) 688-1706, fax (228) 688-3153
- E-Mail Address
- The Contracting Officer may contacted via e-mail at (Dennis.Morris@noaa.gov)
- Description
- This is a combined commercial item synopsis/solicitation prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 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. The solicitaiton number is NWWG9500199990 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 97-26. The contract will be a firm-fixed price per day charge purchase order. The job is estimated to take seven (7) days. The National Data Buoy Center (NDBC), Stennis Space Center, Mississippi intends to contract for buoy transportation, buoy deployment and buoy retrieval. Quoted estimates are to be itemized on a per day basis and shall identify estimated transit times, boat rental fees (if applicable), fuel/oil consumption, food and accommodations, and all other charges necessary to complete the trip. NDBC requires marine service to tow the large navigational LNB11 (RBCS1) from the Stennis Space Center (SSC) (Lat 30 degrees 21' N, Long 89 degrees 37' W) to a site 300-miles south of Fort Walton Beach, Florida (Lat 26 degrees 00' 40" N, Long 87 degrees 45' 24" W). The buoy will be swapped with buoy LNB06 (RBCS2) which is presently moored at that site. Buoy LNB06 will then be towed back to the Stennis Space Center. Deployment is tentatively scheduled to commence on August 14, 2001 and will conclude with the return to the SSC. The vessel will be loaded at the SSC dock; will tow buoy LNB11 down the East Pearl River, through the Rigoletes, to the deployment site; will swap the buoys; will remain on site for testing (estimated to be 1 day); then will tow buoy LNB06 from that site back to the SSC to unload. At a minimum, the vendor shall provide the following capabilities: (1) Captain must be licensed for offshore transportation to the location specified. (2) The vessel must meet all United States Coast Guard requirements for 300 nautical miles (min.) offshore certification. It must be capable of towing a 12-meter discus buoy weighing approximately 100 tons, when ballasted for sea towing, at a minimum speed of 5 knots in a Sea State of 2 and must be able to transit the East Pearl River and the SCC canal -- controlled depth of 7 feet. On-board equipment must be provided for welding, acetylene cutting, electrical power of 120/208 VAC, communications equipment to maintain contact with shore based personnel, positioning capabilities to within 100 meters, and all other support operations (including loading equipment from the dock onto the vessel). The contractor will also provide a portable, gas-powered, 2 inch, water pump with a minimum of 10 feet of suction hose and 35 feet of discharge hose (Honda, typical) for ballasting the buoys as necessary. (3) Vessel must be capable of transporting a deep-water mooring consisting of an anchor (6,000 lbs.); 630 feet of of 1 2" chain ( 13,500 lbs.); 14,000 feet of 2 1/4" rope (10,500 lbs.). Rope is housed in three 8'x8'x6' high crates. (4) Lifting capabilities to safely retrieve and secure a portion of the existing mooring (approximately 15,000 lbs.) to accommodate buoy swapping operations. A length of 1 2" bull chain must be secured across the deployment deck to facilitate these operations. (5) Minimum of 1500 square foot clear deck working area with a minimum deck load capacity of 30,000 pounds. Must have sufficient pad-eyes or hold-downs on the deck, or ability to install sufficient hold-down points, to accommodate equipment for transit and to conduct operations. Capable of work deck operations in Sea State 4. (6) Comfortable, air-conditioned quarters and mess facilities for as many as five (5) NDBC/NDBC contractor personnel for the duration of the trip. (7) Hard bottom, inflatable craft (Zodiac type) and experienced operator for safe transfer of technicians and equipment to/from the buoys in Sea States up to 4 feet. Carrying capacity of 3 persons. (8) The contractor must carry adequate liability to cover persons, equipment, and any damage/loss that might result from operations during the course of the service trip. Note: Complete replacement cost for each buoy is approximately $ 2,000,000.00; and the mooring cost is approximately $ 35,000 per mooring. Prior to the commencing operation, the NDBC technicians will conduct a meeting with all vessel personnel to assure that everyone understands the details of the operations and what each must do to assure a safe and successful mission. Disagreements with the NDBC's operational procedures will be settled prior to commencement of the trip. Inability to settle the disagreements to the satisfaction of the NDBC, especially if it is felt that failure to follow the NDBC procedures may result in personnel injury or damage/loss of a buoy(s), will result in cancellation of the contract. There are maximum sea states in which the vessel would be expected to operate. The decision whether to go or no-go when considering weather conditions will be made by mutual agreement between the NDBC representative and the boat Captain, with the Captain having the final authority to postpone, cancel, or delay a mission. Due consideration will be given to the safety of the vessel and personnel aboard at all times. A no-go decision because of weather will not be considered cancellation of the contract. Note: A site survey of the vessel may be required prior to any contractual agreement. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; all offerors are to include with their offer a completed copy of FAR 52.212-3 Offerors Representation and Certifications-Commercial Items; 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. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 2.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O 11246); FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C 4212); FAR 52.222-41 Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.). The full text of clauses may be accessed electronically at: http://www.arnet.gov/far. Offerors must provide: (1) solicitation number, (2) name and address, point of contact and telephone number, (3) total price and (4) copies of the Captain's license and the Vessel registration. Offers are due by 2:00 PM on 07/21/01. Offers may be faxed to Dennis E. Morris at (228) 688-3153. Offers may be mailed to: National Data Buoy Center, Attn: Dennis E. Morris, Building 1100, Room 360, Stennis Space Center, MS 39529-6000.
- Record
- Loren Data Corp. 20010710/VSOL001.HTM (W-187 SN50R0W8)
| V - Transportation, Travel and Relocation Services Index
|
Issue Index |
Created on July 6, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|