Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2017 FBO #5794
SOURCES SOUGHT

X -- Layberthing of Two MARAD's FSS Vessels, ANTARES and DENEBOLA

Notice Date
10/2/2017
 
Notice Type
Sources Sought
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA-91-18MKR-ANTARES2
 
Archive Date
10/31/2017
 
Point of Contact
Ken Egbuna, Phone: 2023665211
 
E-Mail Address
ken.egbuna@dot.gov
(ken.egbuna@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis/ Market Research DTMA-91-18MKR-ANTARES SECTION A -- INTRODUCTION This is a SOURCES SOUGHT SYNOPSIS; it is not a solicitation announcement; thus, this synopsis neither solicits for proposals nor bids and no contract will be awarded based on this synopsis; however, this synopsis is a market research tool, which will enable the Maritime Administration (MARAD) to gain knowledge of qualified Small Businesses and Large Businesses that are classified under Code 488390 of the North American Industry Classification Code (NAICS), which can provide layberthing services to MARAD' Ready Reserve Force FSS-class vessels, ANTARES and DENEBOLA, in the East Coast of the United States. The Small Business Size Standard in dollars is $38.5 Million. Please, be informed that no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Responses to this Sources Sought Synopsis will be used by MARAD to decide whether or not to set the solicitation for the layberthing of ANTARES and DENEBOLA aside for small businesses, to understand the current layberthing price/per-diem rate, and to understand the number of interested and capable potential offerors. MARAD intends to award the related layberthing contract in 2018 fiscal year. Section B -- DESCRIPTION The Maritime Administration is seeking a long term layberthing site to safely moor two MARAD' Ready Reserve Force FSS-class vessels, ANTARES and DENEBOLA. The geographic area of consideration is the East Coast of the United States and all inland navigable waterways that can safely accommodate the transit and maneuvering of the subject vessels within (an approximate) 150-mile-transit from the Seabuoy between Maine, as the Northern Boundary and Cape Canaveral, Florida, as the southern boundary. Water depth shall be (after dredging, if necessary) a minimum of 32 feet from the berth to the sea buoy. Navigation channel should permit twenty-four hours per day unrestricted transit to open ocean. Provide height limitations for all bridges/overhead structures. A HWMP is not required for this survey. The requirement to deploy the vessel ramp has not been determined but assume that if the facility can accommodate the ramp, the Government will use the pier for that purpose up to the capacity of the facility. The basic characteristics of the vessels are as follows: LENGTH OVERALL: 946'-1½" LENGTH BETWEEN PERPENDICULARS: 880'-06" BEAM: 105'-06" ESTIMATED DRAFT AT BERTH: 25'-09" FWD 28'-00" AFT MAST HEIGHT (MAX ABOVE BASELINE: 164'- 10" ESTIMATED AIR DRAFT: 137'- 06" DISPLACEMENT: 55,485 L/T LIGHTSHIP DISPLACEMENT: 30,971 L/T DEADWEIGHT: 23,964 L/T REQUIRED AMPERAGE: 1200 AMPS REQUIRED VOLTAGE AT SHIP: 460 VOLTS ESTIMATED DAILY KWH USAGE: 8,000 KWH REQUIRED MOORED POSITION: STARBOARD SIDE TO The anticipated contract will require the contractor to provide the following services and utilities to ANTARES and DENEBOLA : layberthing, electricity, water, sewage connection, telephone, trash recycling, high speed internet. The anticipated contract shall also require the selected contractor to grant unrestricted access to the crew members of the subject vessels and other MARAD-authorized individuals. SECTION B - RESPONSE Please furnish Ken Egbuna ( ken.egbuna@dot.gov ) with your company's Statement of Qualification on or before 10/16/2017. The Statement of Qualification should not exceed 20 pages. The Statement of Qualification should also contain the company's Point of Contact. Most importantly, the Statement of Qualification should highlight your company's specialized experience and past performance, which are related and relevant to the following Statement of Work. In addition, the response must contain the following pieces of information: •1) Berth or wharf dimensions; •2) Water depth at berth; •3) The location and the address of the berth; •4) Available existing utilities: electricity (amps/volts), water, telephone, and internet; •5) Non-binding per-diem rates; •6) Estimate of upgrade cost and timeframe to accomplish the work; and •7) Proof that shows that the responder owns/possesses or can own/possess (before contract award date) a layberthing facility with transferable unencumbered right of access and use. Ultimately, responders are requested to complete the following questionnaire and attach it to their response packages. Questionnaire Facility Name: _____________________________________ Location: _________ •1. Berth or wharf dimensions: __________________________________ •2. Estimated number of vessels that could be moored there? __________________ Are vessels nested ______ yes _______ no Moored bow to stern: ______ yes _______ no •3. What is the condition of the fendering system? _______________ What type? _______________________________ •4. Is the pier deck paved concrete or asphalt surface? ______ yes _______ no. In good condition? _____ yes ____ no •5. Fresh water @ 40 PSI/ 200K Gal Day (138gal/min) and Sewage available? __ yes __ no •6. Electricity available? ______ yes _______ no Amperage? __ •7. Telephone available? ______ yes _______ no # of Lines? __ •8. What is dock strength (uniform load)? ________ •9. Is Property fenced and gated? ______ yes _______ no •10. Unencumbered access? ______ yes _______ no •11. Is there lighting? ______ yes _______ no •12. Parking Area adjacent or inside the facility? ____yes ____ no Lighted ___ yes ____ no •13. Ship repair facilities (Ocean Going vessels) in the area? ______ yes _______ no •14. What would the approximate per diem rate be for the facility? ____ •15. Non-binding per-diem rates. _______________________________________ End _______________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA-91-18MKR-ANTARES2/listing.html)
 
Place of Performance
Address: East Coast of the United States., United States
 
Record
SN04702677-W 20171004/171002230754-a944ac149278e0fcf4bf3d78d153cdc1 (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 |
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.