Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2003 FBO #0568
SOLICITATION NOTICE

V -- DRYVOY

Notice Date
6/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-03-R-5289
 
Response Due
6/20/2003
 
Archive Date
7/5/2003
 
Point of Contact
Vernon Cooper, Contract Specialist, Phone 202-685-5821, Fax 202-685-5852, - Cathy Stangler, Procurement Officer, Phone 202-685-5825, Fax 202-685-5852,
 
E-Mail Address
vernon.cooper@navy.mil, cathy.stangler@navy.mil
 
Description
18 June 2003 This is the Military Sealift Command, Sealift Program Management Office, Washington, DC Subj: RFP N00033-03-R-5289 Ref: (A) SF1449 (B) MSC DRYVOY 02 (Rev 1 (12-02)) Voyage Charter for U.S. or Foreign Flag self sustaining vessel(s) for the voyage described below. In accordance with the Cargo Preference Act of 1904 and Section IIIA.3 of the Voluntary Intermodal Sealift Agreement (VISA) at 68 FEDERAL REGISTER 8800-880.8 dated 25 February 2003, preference will be given to U.S. flag vessels and VISA participants. MSC Sealift Program Management Office, Code PM52P, requests proposals for a vessel capable of meeting the transportation requirements described below. References below apply to the box layout of Refs (A) and (B) which are incorporated by reference (available from the MSC web site, http://www.msc.navy.mil/N10/conthp.htm, under "Library of Common Documents", or upon request), which shall be the charter form of any contract resulting from this solicitation. I. Standard Form 1449 Boxes 5. Solicitation No.: N00033-03-R-5289 6. Solicitation Issue Date: 18 June 2003 7. For Solicitation Information Call: Vernon Cooper at (202) 685-5821 8. Offer Due Date: 0900 hrs EST 20 June 2003 9. Issued By: Military Sealift Command, Sealift Program Management Office PM52P, Bldg. 210, Rm. 275 Washington Navy Yard 914 Charles Morris Court SE Washington, DC 20398-5540 (Code: N00033) Fax: (202) 685-5852 or Alternate (202) 685-5850 10. This Acquisition Is Unrestricted 14. Method of Solicitation: RFP 18a. Payment Will Be Made By: DFAS-OMAHA/FD P O BOX 7020 BELLEVUE, NE 68005 18b. Submit invoices to: Commander, Military Sealift Command N86 Washington Navy Yard Bldg. 157 914 Charles Morris Court SE Washington, DC 20398-5540 II. DRYVOY Boxes 1. Request charter of a US or Foreign Flag self-sustaining RORO vessel with a Starboard Quarter or Slewing Ramp to move approximately 64,000 sq ft rolling stock, containers, and general cargo. Minimum required speed 14 knots laden in moderate weather. Supercargoes: 8. Force Protection: Vessel must have accommodations for a minimum of 12 Force Protection personnel. 2. Cargo Description: Approx. 64,000 sq ft rolling stock (vehicles with fuel in tanks),containers and general cargo ( 414 pieces) Longest Piece: 556” Widest Piece: 152” Highest Piece: 156” Heaviest Piece: 52.1 STONS 2a Load: Free In. (F.i.o.s.s.) 2b. Discharge: Free Out. (F.i.o.s.s.) 3. Loading Port(s)/Place(s): Red Sea 4. Laytime: 4 Days SSHINC 5. Discharging Port(s)/Place(s): USEC 6. Laydays: 27-28 June 2003. Available to load date: 28 June 2003. 7. Terms/Conditions/Attachments added, deleted or modified: ADD – II(j) – Charterer reserves the right to declare a higher package limit. MODIFY - III (n) Add new sentence at the end of subparagraph (1), “The United States of America must be named as an additional Assured Party with waiver of subrogation on all applicable insurance policies”. MODIFY - IV(i) add new subparagraph: “(5) Owner must immediately notify Charterer of any changes in the Vessel’s commercial war risk insurance, including but not limited to, extensions of war risk exclusion zones and increases in commercial war risk insurance premiums. Owners must secure Charterer’s permission prior to entry into any commercial war risk exclusion zones before incurring liability for additional premiums.” ADD - V(d) - "Loading and Discharging (F.i.o.s.s. with Owner-Furnished Lashing Gear); “load and discharge port". ADD - V(g) – Said reports shall be issued by electronic mail to David Hatcher email: david.hatcher1@navy.mil, Tim Pickering email: Tim.Pickering@navy.mil, or fax: 202-685-5887, mschq-cargo@navy.mil. Position reports are required by 0600 and 1800 daily. ADD: IN-TRANSIT VISIBILITY The Military Sealift Command has implemented a fully automated satellite tracking system (ASTARS) for the purpose of providing In-Transit Visibility (ITV) of its vessels. To support this system MSC utilizes position data provided by a ship's INMARSAT-C Terminal (the terminal must have a GPS input). This is a critical requirement and is therefore mandatory. In order to initiate reporting and start receiving the required data from a ship, MSC needs to know the make and model of the INMARSAT C terminal, its registered identification number, and the specific satellite (POR, AORE, AORW, or IOR) it is currently logged on to. Once this information is received MSC technicians will remotely communicate with the terminal to activate reporting. When no longer required MSC technicians will stop the terminal from reporting. MSC technicians may require some assistance from ship's personnel should problems occur. The ship's terminal will accrue a nominal cost associated with the sending of small data packets. ADD: FORCE PROTECTION (a) Owner agrees that U.S. Armed Forces personnel may board the Vessel at any time at any location for U.S. national security purposes, gives consent for such boarding, and agrees to cooperate fully with such U.S. Armed Forces personnel on the boarding party. (b) Owner agrees to render all necessary assistance to such United States Armed Forces boarding party with respect to the identification of crew members or such others as may be aboard the Vessel, and to permit the United States Armed Forces personnel to search without limitation any and all vessel spaces for U.S. national security purposes. (c) Owner consents to the immediate removal of crewmembers or such others as may be aboard the Vessel deemed unsuitable for any reason by the Contracting Officer, or U.S. Armed Forces personnel. Owner agrees to replace any such crewmembers promptly so as not to delay prosecution of the voyage, and that such replacements will fully comply with all crew screening requirements. Charterer agrees to bear reasonable costs incurred by the Owner associated with replacement, if necessary. (d) Owner understands and agrees that members of and equipment belonging to the Armed Forces of the United States of America will be embarked aboard the vessel during the period of the Charter. Charterer reserves the right, at Charterer’s sole option, to embark additional armed U.S. Armed Forces members, for the purposes of protection of the U.S. Armed Forces members responsible for the equipment as well as the equipment belonging to the U.S. Armed Forces. These additional force protection personnel will provide security in accordance with rules of engagement established by U.S. Military Authorities, and will operate under the command of competent U.S. Military Authorities. Charterer agrees to reimburse the Owner of cost of such additional personnel at the rate set forth in the Charter for Supercargoes. Owner agrees to provide sufficient life saving equipment for up to 12 additional personnel in accordance with SOLAS and all applicable regulatory requirements. III. Instructions to Offerors Offerors shall use the guidelines set forth in Part X for submission of offers; however, at a minimum, offers must contain the following: 1. Lumpsum price and demurrage/detention rate. 2. Speed of Advance (SOA) laden and detailed itinerary. 3. Provide detailed diagrams of vessel suitable for the preparation of stow plans NLT 72 hours prior to arrival at the designated loading port. 4. If award is within 72 hours prior to arrival at designated loading port, plans of vessel deck will be made available within 24 hours of window. 5. Load capacities of ship’s gear/cranes that will service the assigned cargo spaces. 6. Listing of cargo handling equipment on ship (e.g. forklifts, spreader bars, etc) 7. Vessel to be fully bunkered when presented (NOR tendered). Please provide type of fuel and burn rates, and range. 8. MUST RECEIVE COMPLETE Crew list as outlined below, upon request, or minimally NLT 96 hours prior to commencing voyage (in MS Excel file format transmitted electronically to david.hatcher1@navy.mil and mschq-cargo@navy.mil: 1. Full name (Include middle name or NMI if no middle initial) 2. Date of birth 3. Place of birth (CITY & COUNTRY) 4. Nationality 5. Passport number and country of issue 6. Changes as they occur 9. Identify any stowage of HAZMAT IMO restrictions. 10. Set of completed boxes (Ref (B), Pages I-1 through I-4) 11. If part cargo, require exact space available. 12. Completed Representations and Certifications (Part XII, Ref (B). 13. IAW DFARS 252.204-7004, U.S. offerors (and foreign offerors working in the U.S.) must be registered in the Central Contractor Registry (CCR) in order to be considered for award. To comply: * Provide a DUNS number with your solicitation. This number is required to verify registration and in order to register in the CCR. The DUNS number can be obtained by calling 1-800-333-0505. * Register in the CCR by calling 1-888-227-2423 or through the MSC's website at http://www.msc.navy.mil/N10/library.htm under "Central Contractor Registration (CCR)". * Offerors must provide a certified crew list prior to award and no later than 96 hours prior to delivery of the vessel at the first load port. A list of any reliefs scheduled to board the vessel also is required within 24 hours of personnel change. This list shall include full name (including middle name or the letters NMN if no middle name), date of birth, place of birth, passport number and nationality of all crewmembers and other personnel onboard the vessel. The list shall be submitted in an electronic format (either Microsoft word or Microsoft excel). IV. Evaluation: Award will be made to lowest priced, responsive and responsible offeror. Price will be evaluated using the lump sum freight and three (3) days of proposed demurrage. The highest proposed demurrage rate in those offers with varying rates will be used in the price evaluation. V. In the event of detention, all supporting documents as identified in the invoicing clause shall be submitted to the Contracting Officer for approval prior to submission of detention invoices. After receiving Contracting Officer's concurrence, owner may submit detention invoices (with the DD FORM 250-1) to the office identified in Box 18B of SF 1449. VI. In the event of a security threat or incident involving the ship, crew or cargo during the voyage, the ship's master should report any incident immediately to the MSC Area Command that the ship is currently located in. MSCHQ Command Center should be contacted if unable to reach area command. Contact numbers will be provided upon award. Signed: James S. Fischer, Contracting Officer, MSC, PM5
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/MSC/MSCHQ/N00033-03-R-5289/listing.html)
 
Place of Performance
Address: see description
 
Record
SN00351158-F 20030620/030618214552 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.