SOURCES SOUGHT
V -- Dedicated Fuel Barge in Atlantic Region
- Notice Date
- 4/4/2012
- Notice Type
- Sources Sought
- NAICS
- 483211
— Inland Water Freight Transportation
- Contracting Office
- Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
- ZIP Code
- 62225
- Solicitation Number
- HTC711-12-ZW05
- Point of Contact
- Tristan James Tikkanen, Phone: 618-220-7147, Anthony J. Laudano, Phone: 618-220-7083
- E-Mail Address
-
tristan.tikkanen@ustranscom.mil, anthony.laudano@ustranscom.mil
(tristan.tikkanen@ustranscom.mil, anthony.laudano@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is for transportation of Department of Defense-owned bulk jet fuel (JP5 and JP8), marine diesel (F76) and commercial (Jet-A) by tug and barge between all ordered United States ports and points on inland waterways in Delaware, Virginia, Maryland, Pennsylvania, New Jersey, Connecticut (for deliveries to New Haven), Massachusetts (for deliveries to Quincy), Maine (for deliveries to Portland) and Washington DC, and other locations specified in the Performance Work Statement (PWS). USTRANSCOM/TCAQ-I is seeking sources that can provide barge/tug systems compliant with the coastwise laws of the United States for a base period with two one-year option periods. 1.1.1. Place of Performance. This list is not all-inclusive. Loading/discharging points may change as fuel procurement award patterns change. Jet-A Loading Ports Baltimore, Maryland Jet-A Discharge Ports Delaware Storage and Pipeline Company Port Mahon, Delaware ST Services IncorFrom Subject Received Size Categories Higgerson, Caleb CIV USTRANSCOM AQ RE: Pebble Beach Golf Resort Confirmation #80084527 Mon 8:45 AM 5 KB porated Anacostia, District of Columbia Interstate Storage and Pipeline Corporation Burlington, New Jersey JP8 Loading Ports Fleet and Industrial Support Center Yorktown, Virginia Defense Fuels Supply Point Portland, Maine JP8 Discharge Ports Interstate Storage and Pipeline Corporation Burlington, New Jersey ST Services Incorporated Anacostia, District of Columbia Defense Fuels Supply Point New Haven, Connecticut Defense Fuels Supply Point Portland, Maine JP5 Loading Ports Fleet and Industrial Support Center Craney Island, (Portsmouth, Virginia) Defense Fuels Supply Point JP5 Discharge Ports Naval Air Station Patuxent River, Maryland Defense Fuels Supply Point Quincy, Massachusetts Naval Operating Base Norfolk, Virginia ST Services Virginia Beach, Virginia Norfolk Naval Shipyard Portsmouth, Virginia Newport News Shipyard Newport News, Virginia F76 Loading Ports Fleet and Industrial Support Center Craney Island, (Portsmouth, Virginia) F76 Discharge Ports Naval Operating Base Norfolk, Virginia Norfolk Naval Shipyard Portsmouth, Virginia Newport News Shipyard Newport News, Virginia 1.1.3 - Hours of Operation. Contractor supplied equipment and crews shall be available exclusively to the Government at all times, 24 hours per day, 7 days per week, for transporting cargo to and between the points stipulated or as may be directed by the Government, or to stand by at an origin, destination, or intermediate point as necessary and specified by the Government. 1.2.1 - OSHA Compliance. The contractor shall establish and maintain an effective and comprehensive safety program that complies with the provisions of the Occupational Safety and Health Act and the National Institute of Occupational Safety and Health. 1.2.2 - OSHA Compliance. The contractor shall establish and maintain an effective and comprehensive safety program that complies with the provisions of the Occupational Safety and Health Act and the National Institute of Occupational Safety and Health. 3 - Contractor Furnished Equipment and Crew. The contractor shall furnish all supplies, materials, equipment, and personnel necessary to perform the services incidental to the operation of the equipment listed below: 3.1- Barge and Tug Requirements. The contractor shall own the equipment performing the transportation service or the contractor shall have the equipment under long-term lease for the duration of the contract period to include the base year and all option years. If equipment is under lease, the contractor shall provide lease agreement or signed letter of intent to lease with their proposal. The contractor shall also provide the following: 3.1.1 - Barge. Three tank barges, each having a total calibrated capacity of not less than 20,000 barrels (and not more than 30,000 barrels) with inland water way capability, and one tank barge having a total calibrated capacity of 35,000 barrels (and not more than 50,000 barrels) with ocean going capability. Barges must be double hulled and be no older than 15 years old at anytime during the life of the contract. Contractor is required to comply with the maximum safe navigable draft and length overall for all loading and discharge locations. 3.1.2 - Barge Equipment. The contractor and its equipment must currently possess a USCG certificate for approval to operate in US coastal and inland waterways 3.1.2.1- Cargo Pumping System. A cargo pumping system with necessary hoses and connections capable of completely discharging and stripping the cargo tanks without outside power or assistance from the shore. The average load/discharge rate for all destinations shall be a minimum of 2,000 barrels per hour (BPH) at a pressure of 100 pounds per square inch (PSI) from the barge manifold including quantities stripped from cargo tanks. The one exception to the average discharge rate is DFSP Anacostia who can only receive at a pumping rate of 1200-1500 BPH. This effectively means that the total cargo shall be loaded/discharged as a minimum, in time represented by the total cargo stated in barrels divided by 2,000 barrels per hour. 3.1.2.2- Cargo Tank Stripping System. An independent cargo tank stripping system (free from use of barge pumps, lines, or hoses) capable of stripping all but a maximum of 2 barrels of product per cargo tank, not to exceed 10 barrels for the entire barge. The discharge rate during tank stripping operations may be less than the minimum rates stipulated above. 3.1.2.3 - Water Stripping System. An independent water stripping system (free from use of barge pumps, lines, or hoses) capable of removing all water from each cargo compartment. In the event that a large amount of water is discovered on the barge, the contractor and government QAR will investigate to determine the source and cause of the water. 3.1.2.4- Gauge Point Marks, Strapping Tables, Trim Charts and Calibration. Permanent gauge point marks with reference height stenciled to the deck or compartment hatch, certified strapping tables not exceeding eight years in age (provided that no structural alterations have been performed subsequent to the calibration date), trim correction charts and legible draft markings. Barges shall be restrapped/recalibrated as needed at the contractor's expense during the contract period. 3.1.2.5- Stainless Steel Tanks. Barges offered for consideration that are constructed of either stainless steel, carbon steel that has been epoxy coated with a non-coal tar based grade of epoxy, or uncoated mild steel tanks are acceptable for performance consideration under the provisions of this contract. 3.1.2.6- Steel Valves. Steel valves shall be an integral part of all barges used in the performance of this contract. 3.1.2.7 - Spill Rails. Spill rails are required on all barges. 3.1.2.8- Sectional Fuel Delivery Hose. When required, the contractor shall provide 200 feet of sectional fuel delivery hose (ship or dock hose) and various coupling attachments necessary for over-the-water fuel loading to ships or other marine vessels. The contractor is liable for any damage or loss resulting from faulty equipment or caused by contractor negligence. 3.1.3- Tug. The tugs offered under this contract shall be suitable in design and power to properly navigate in the traffic areas designated herein. Tugs used for inland or inner-coastal waterway movements shall have between 800-1200 hp, and tugs used for ocean going movements shall have between 1800-2400 hp. The tug used must be able to meet nominal summer and winter requirements as per USCG regulations for the designated traffic areas. INSTRUCTIONS TO RESPONDANTS: At this time, USTRANSCOM is NOT looking for proposals. NO SOLICITATION EXISTS AT THIS TIME. This RFI does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. All interested parties should respond to the following questions and please provide as much information as possible regarding your fleet answering the questions below as they are numbered. 1. Company Name, A Point of Contact, Phone Number, Fax Number, Email Address and Website. 2. Business Size 3. DUNS Number 4. Provide a summary on tug and barge capabilities. 5. Provide a summary of the history of the company. 6. Provide a summary of experience with similar work scope. All information obtained from this RFI will be used as market research Responses to this RFI are due Thursday 26 April, 1600 hours (CST). Electronic copies can be submitted to Tristan.Tikkanen@ustranscom.miland Anthony.Laudano@ustranscom.mil. If you submit proprietary data, please mark it clearly with the appropriate markings. Further action on this anticipated requirement will be determined following review of the responses to this RFI. All correspondence regarding this RFI should be addressed to Mr. Tristan Tikkanen, Contract Specialist, TCAQ-I, email Tristan.Tikkanen@ustranscom.mil as well as Mr. Anthony Laudano, Contract Specialist, TCAQ-I, email Anthony.Laudano@ustranscom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-12-ZW05/listing.html)
- Place of Performance
- Address: Please See Above Description, United States
- Record
- SN02713641-W 20120406/120404235020-9d5f0ca54a11681c9b6fe1a5dbcbe53a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |