SOLICITATION NOTICE
V -- Bulk Fuel Transport to Midway Atoll National Wildlife Refuge
- Notice Date
- 8/3/2015
- Notice Type
- Presolicitation
- NAICS
- 483111
— Deep Sea Freight Transportation
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
- ZIP Code
- 00000
- Solicitation Number
- F15PS00893
- Response Due
- 8/25/2015
- Archive Date
- 9/9/2015
- Point of Contact
- Lautzenheiser, Karl
- Small Business Set-Aside
- N/A
- Description
- The U.S. Fish and Wildlife Service desires a bulk shipment of 135,000-300,000 gallons of JP-5 to Midway Atoll to support power generation, airport contract work and other needs. The Service would like to enter into a contract with a qualified shipping company (Contractor) for the pickup, transport, delivery, and offload of this fuel at Midway Atoll. Project is unrestricted and will be open to any size business. Applicable NAICS code is 483111. Project is currently subject to the availability of funds clause. Basis of contract award resulting from this solicitation will be the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1)Technical capability of item offered to meet Government requirement (list capabilities of vessel(s) to be used and how compliance with specifications will be obtained, not to exceed 15 pages); 2)Past Performance (list at least 1 charter service similar in nature to remote islands over the last 3 years, not to exceed 10 pages); and 3)Price (submit detailed cost breakdown of all associated costs) Technical capability and past performance, when combined, are significantly more important than price. Scope of work for this project is as follows: GENERAL The U.S. Fish and Wildlife Service (Service) administers Midway Atoll National Wildlife Refuge and operates Henderson Field in cooperation with the Federal Aviation Administration. The Service desires a bulk shipment of 135,000-300,000 gallons of JP-5 to Midway Atoll to support power generation, airport contract work, and other needs. The Service would like to enter into a contract with a qualified shipping company (Contractor) for the pickup, transport, delivery, and offload of this fuel at Midway Atoll. SCOPE 1.1GENERAL ¿Midway Atoll National Wildlife Refuge is located approximately 1,300 miles NW of Honolulu, HI in the Papah ¿naumoku ¿kea Marine National Monument (Monument). ¿The Service (Client) would like the fuel delivery to be completed as early as availability allows, between July 1 and December 31, 2015. ¿The Midway Atoll fuel farm has a maximum storage capacity of 450,000 gallons including nine 50,000 gallon with built-in double walls for secondary containment. The Client maintains two serviceable fuel trucks to be used to transfer fuel from the barge to the fuel farm. ¿The Client employs a Base Operating Support Services (BOSS) contractor to perform fueling operations, fuel offloading, and maintenance of the fuel farm. The Petroleum, Oils, and Lubricants Team (POL Team) will work directly with the Contractor to conduct the offload of fuel. The POL Manager will provide effective control of the fuel offload operations. 1.2EXECUTION ¿The Client will arrange for the purchase of a quantity of fuel (135,000-300,000 gallons) from the Defense Logistics Agency (DLA). ¿The Contractor will move their fuel barge to the point of delivery of the fuel and schedule for the upload of the fuel from DLA. ¿The Contractor will transport the fuel barge to the inner harbor at Midway Atoll and moor the barge to the pier. ¿The Client will deploy a fuel boom as required by regulations before defueling operations commence. ¿The Client and Contractor will conduct a safety and operations briefing on the pier before starting fuel offload. ¿The Contractor will setup and connect the fuel pump on the pier with assistance from the POL team. ¿The Contractor will work with the POL team to conduct dockside fuel offload by pumping the fuel directly into two fuel trucks. The POL team will transfer the fuel to the fuel farm. ¿The Contractor will depart Midway Atoll after the completion of fuel offload and removal of the fuel boom. RESPONSIBILITIES OF THE PARTIES The Client will: ¿Manage the purchase of JP-5 fuel from DLA. ¿Pay demurrage costs (TBD) to the Contactor each day for delays associated with any delays due to Client personnel, government-provided equipment, or weather. ¿The Client will provide qualified personnel to conduct fuel off-loading procedures from the barge to the Midway Atoll fuel farm. The Contractor will: ¿Move a barge to the point of fuel distribution or provide delivery of fuel to the barge. ¿Provide all necessary means to receive between 135,000 gallons (minimum) and 300,000 gallons of JP-5 fuel at the DLA facility or other distribution point and deliver to Midway Atoll. ¿Ensure that the barge and tug meet all United States Coast Guard (USCG) requirements for bulk fuel transfer and transport over water. ¿Ensure the integrity and quality of the fuel during transport. ¿Provide a crew that includes at least one person qualified as a tankerman to assist with fuel off-loading at Midway Atoll. ¿Include all costs for compliance with requirements for vessels traversing Monument waters including: oHull inspection and cleaning as needed of both tug and barge oInstallation of and approval by NOAA/Law Enforcement of authorized vessel Monitoring System oNotification of entry to and exit from the Monument oNo discharges, except cooling water, are allowed in Monument waters ¿Provide a fuel transfer pump with capabilities to offload at a rate of least 500 gallons per minute or greater into a fuel truck. ¿Provide fuel transfer hoses sufficient to reach from the barge ¿s fuel access ports to the fuel trucks on the pier. ¿Provide documentation of all required bonding and insurance for transport of bulk fuels per USCG requirements. ¿Purchase necessary insurance. DELIVERY AND PERFORMANCE REQUIREMENTS Based on the requested service being the delivery of one load of fuel, the Period of Performance will be 30 days but is expected to take only 16-22 days depending on point of fuel delivery, average speed during transport, time required for fuel upload and offload, and the home port of Contractor. The work shall be accepted when fuel deliver and offload is completed as described here within and in accordance with any contract specifications. Fuel will be tested by the Client on receipt to assure quality, but quality control will still be the responsibility of the Contractor. GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION The Client's BOSS contractor will assist the Client in offloading and deploying the fuel pump, attaching fuel transfer hoses, and conducting fuel offload operations. The Client will provide a pier safety manager to oversee all operations. AVAILABILITY The Client requests the earliest delivery possible. However, the best weather conditions within the Monument, and thus the least likelihood for delays, occur from April through October. Docking and fuel offloading operations shall be performed during normal duty hours (8:00 am to 4:00 pm) unless prearranged with the Refuge Manager. Federal holidays not included. COORDINATORS Daniel Clark, Wildlife Refuge Manager Midway Atoll National Wildlife Refuge 1082 Makepono St. Honolulu, HI 96819 808-954-4818 daniel_clark@fws.gov Eric Moore, Project Manager Defense Base Services, Inc. Midway Atoll Base Operations Support Services 1082 Makepono St. Honolulu, HI 96819 808-954-4810 Eric.Moore@chugach.com Solicitation Number F15PS00893 and attachments will be posted to FedBizOpps on or about August 3, 2015. Questions are due from prospective bidders by close of business on August 13, 2015 and submitted to Karl_Lautzenheiser@fws.gov. An amendment with answers to all questions received will be issued directly thereafter and quotes due by 3 PM PDT on August 25, 2015. No further notice will be posted on Fedbizopps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical questions, please contact Mark Harris at (503) 231-2209 or by email to Mark_Harris@fws.gov. Contracting Questions can be addressed to Karl Lautzenheiser at (503) 231-2052 or by email to Karl_Lautzenheiser@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS00893/listing.html)
- Record
- SN03820727-W 20150805/150803234841-3de6aa499f85ee2315888423ba26caf2 (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 |