SOURCES SOUGHT
19 -- Pearl Harbor / Hickman Tugs - Market Survey
- Notice Date
- 7/7/2015
- Notice Type
- Sources Sought
- NAICS
- 488330
— Navigational Services to Shipping
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
- ZIP Code
- 20398-5540
- Solicitation Number
- PM2-15-039
- Archive Date
- 8/5/2015
- Point of Contact
- James R. Wood, Phone: 7574433974
- E-Mail Address
-
James.Wood4@navy.mil
(James.Wood4@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Survey MARKET SURVEY PM2-15-039 7 July 2015 From: COMSC N1031 Subject: 360 degree propulsion system tugs, Pearl Harbor, HI Request information about the cost and availability of up to four 360 degree propulsion system tugs: 1. PORTS: Pearl Harbor and adjacent waters 2. MISSION: Harbor ship assist. (See Vessel Characteristics below) 3. CONTRACT STYLE: Time Charter of 12 months firm with three 12-month options, and one 11-month option 4. ONHIRE: October 01, 2015 5. Interested parties shall furnish the following minimum information: a) Name of company b) Telephone Number, Fax Number, Address, and e-mail address (if available) c) Brief summary of company history relative to similar requirements d) Name(s) of vessels e) General vessel specifications relative to above vessel requirements. f) Estimated Daily Hire for vessel(s) g) Small business standing (i.e., small or large business) 6. Businesses responding to the survey must: a) Small Business - demonstrate capacity to meet at least 51% of the contract effort b) All - provide evidence of sufficient resources to meet obligations prior to invoicing c) All - provide a finance plan to supply a vessel to meet contract requirements •7. It is requested that the above information be provided no later than Tuesday 21 July 2015 at 11:00 a.m. Eastern Standard Time. Responses may be emailed to James. Wood4@navy.mil. The point of contact for this market survey is James Wood at (757) 443-3974 or James.Wood4@Navy.mil. THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. THIS INFORMATION WILL BE USED TO EVALUATE AN OPTION AVAILABLE UNDER CONTRACT N00033-12-C-2101. RESPONSES PROVIDED AFTER THE CLOSING DATE, OR CONTAINING LESS THAN THE REQUEST INFORMATION MAY NOT BE CONSIDERED IN THE EVALUATION. •8. VESSEL CHARACTERISTICS: CHARACTERISTIC MINIMUM CHARACTERISTIC MINIMUM FLAG USA CLASSIFICATION IACS Member PROPULSION TYPE 360 degree propulsion system. MAXIMUM LENGTH OVER ALL 110 feet BOLLARD PULL Minimum 100,000 lbs. forward bollard pull and 70,000 lbs. in all other directions. MAX AIR DRAFT N/A TRANSIT SPEED 11 knots minimum at 80% rated horsepower in moderate weather. MAXIMUM DRAFT: 16 feet (salt water), fully laden. BROW: One brow to allow for the safe transfer of two passengers at a time. The brow shall be a minimum of two feet in width for the entire length. Such brow shall be of sufficient length to assure safe passage of personnel from the tug to the deck of a Trident Submarine. The end of the brow shall be fitted with rubber-coated rollers or non-marking skids to prevent metal-to-metal contact between brow and submarine deck; each side shall have handrails and midrails. Transfer to submarines other than TRIDENT class will be required. TRIDENT is only identified as the worst case brow transfer arrangement. MAXIMUM BEAM: N/A PASSENGER CAPACITY: 12 people maximum in addition to master and crew, without provisions for victualling and berthing. ENDURANCE 7 days endurance with a minimum operational range of 500 nm. SURFACE CONFIGURATION Configured to prevent metal-to-hull contact with surface vessels under normal conditions of pitch and roll. SURFACE FENDERING Non-marking fendering, clean and sufficient to prevent metal-to-metal contact with surface vessels under normal conditions of pitch and roll. SUBSURFACE CONFIGURATION Configured to prevent metal-to-hull contact with sub-surface vessels under normal conditions of pitch and roll. SUBSURFACE FENDERING Non-marking fendering, clean and sufficient to prevent metal-to-metal contact with sub-surface vessels under normal conditions of pitch and roll. Fendering shall be firmly secured to vessel along the entire length. Fendering includes propeller guards, if applicable. WINCHES Each tug shall have a total of three winches for services performed under this contract. Each winch shall have a minimum safe working load of 9,000 lbs. Further, each shall have 40 feet per minute pay-out/haul-in speed. All shall be capable of handling 8" lines. FIREFIGHTING EQUIPMENT Each tug shall have fire-fighting systems capable of providing 3000 GPM at the fire pump. Shall have sufficient fire monitors to provide 360 ° coverage at 1000 GPM at 125 PSI. Shall have minimum of two (2) fire stations, one port, and one starboard. Fire fighting system shall be capable of having AFFF foam injected into it for fire fighting. NAVIGATION EQUIPMENT Minimum required by the U.S.C.G for inland and international waters to include a radar, fathometer and GPS. COMMUNICATION EQUIPMENT Minimum required by the U.S.C.G. and FCC for inland and international waters. Additionally, shall have external loud hailer, two sets of fixed VHF radios and two sets of portable VHF radios functioning on a marine frequency. Shall have a transceiver capable of working at 2-30 MHz at 100-Watt output. LINES Tug shall be equipped with sufficient synthetic lines to perform port services. SEWAGE CAPACITY Minimum of 24 hrs. PILOT TRANSFER CAPABILITY Tug shall have sufficient handholds and/or platform to safely transfer pilots to and from vessels under normal sea conditions. OTHER REQUIREMENTS Each tug shall be capable of performing work in winds equivalent to Beaufort force 8 (wind speed of 34-40 knots). Rate Table TUG #1 Firm Period Option Period 1 Option Period 2 Option Period 3 Option Period 4 Tug Service Rate Hourly Rate Cancelled Orders Overtime TUG #2 Firm Period Option Period 1 Option Period 2 Option Period 3 Option Period 4 Tug Service Rate Hourly Rate Cancelled Orders Overtime •(a) Tug Service Rate : This rate gives a rate for the provision of any type of work that the tug can perform and is contemplated by this contract. This rate includes all of the following items: overtime (including but not limited to crew overtime/penalty time) unless a separate overtime rate is offered; penalty time; fuel costs; bonuses; payments; emoluments payable to the Master; Officers and crew for services under this contract; the cost, if any, of transit to and from the location; and any other costs incurred in responding to the Government's order. The Tug Service Rate shall be earned for the first hour of service, such service to be calculated from the date and time the tug reports in all aspects ready to perform at the location, time and date (but no earlier than the date and time specified in the order, unless agreed upon by the Government) specified in the Government order. Consecutive work shall not incur more than one Service Rate charge unless the tug is released from government control between work. •(b) Hourly Rate : Each job shall earn the Hourly Rate, pro-rated to the nearest quarter-hour, after completion of the first hour of service. The Hourly Rate will continue to be earned until the Government dismisses the tug. •(c) Cancelled Orders : Orders cancelled outside the required notification period shown in the Statement of Work will incur no charge. Orders cancelled within the required notification period will incur a charge equal to two hours at the hourly rate. •(d) Overtime: If offered, this hourly charge shall be added to the Hourly Rate for any work performed during overtime hours, as defined in this contract. If offered, it shall also be added to the Tug Service Rate if the first hour of service covered by the Tug Service Rate starts or ends in overtime. This rate shall be pro-rated to the nearest quarter-hour.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/PM2-15-039/listing.html)
- Place of Performance
- Address: Pearl Harbor, Hawaii, United States
- Record
- SN03787444-W 20150709/150707235619-d71227b1a3dc13116db12d1713608a0c (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 |