Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2018 FBO #6119
SOURCES SOUGHT

X -- USWC Layberth Market Survey - Generic SOW

Notice Date
8/23/2018
 
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
2018USWCLayberth
 
Point of Contact
Ken Egbuna, Phone: 2023665211, Katina Barham, Phone: 2023662006
 
E-Mail Address
ken.egbuna@dot.gov, katina.barham@dot.gov
(ken.egbuna@dot.gov, katina.barham@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Basic Vessel Characteristics Generic SOW This notice IS NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB). The Maritime Administration (MARAD) is conducting a Market Survey to identify potential layberth sites to safely moor two ship groups. Group 1 is the 2 Ro/Ro vessels Admiral Callaghan and Cape Orlando. Group 2 is the 3 - T-ACS Auxiliary Crane ships. The geographic area of consideration is the U.S. West Coast from Washington to California, inclusive of all inland navigable waterways that can safely accommodate the transit and maneuvering of the subject vessels, to include the Portland, Oregon/Vancouver, WA areas and Puget Sound. A draft Statement of Work is attached. A Memorandum of Agreement (MOA) between the Department of the Defense (DoD) and the Department of Transportation (DOT) establishes that, in consideration of the National Defense and the American Merchant Marine, a mutual interest and responsibility exists for the joint establishment, maintenance and control of a Ready Reserve Force (RRF), which is an element of the National Defense Reserve Fleet (NDRF). The ships of the RRF are maintained by MARAD in various states of readiness to meet common user lift requirements of the armed services in a contingency. The RRF consists of 46 vessels as July 2018. Vessel Characteristics, Wind speeds, a generic Statement of Work (SOW), their current berth location are described below. Navigation channel should permit twenty-four hours per day unrestricted transit to open ocean. If bridges/overhead structures preclude unrestricted transit, please provide height limitations for all. Required services are electric, water, power, sewage hookup (IAW local regulation), telephone, recycling capability, high speed internet, and unrestricted access for crew, contractors, and other authorized personnel. All vessels are currently located at Alameda Piers 1 and 2. Nesting of all vessels in a group is permitted if approved by USCG. Nesting of ships from different groups will not be permitted. Vessels within each group may be located at different facilities but not more than five (5) miles apart. Respondents will be permitted to identify the same facility for all vessel groups where a facility can accommodate or can be made to accommodate the two groups. For this reason, if solicited, the combined 5-ship total prices will not be evaluated, rather it is intended that if solicited, the award will be made to the responsive, responsible bidder(s) who offers the lowest ship price in each vessel group. The North American Industry Classification System (NAICS) code is 488390 with a small business size standard of $38.5M. Interested parties should submit the information listed below via email to Ken Egbuna ( Ken.Egbuna@dot.gov ) and Katina Barham ( Katina.barham@dot.gov ) no later than the close of business on September 19, 2018 and should contain the following information: •1. Name of firm •2. Business Size based on identified NAICS code •3. Location of facility •4. Berth or wharf dimensions •5. Water depth at berth •6. Available existing utilities: available electric (amps/volts), water, telephone, internet •7. Estimated utility costs for the facility •8. Non-binding per-diem rates •9. Estimated lead time necessary to ready a facility to the generic requirements listed in the SOW •10. Estimate of upgrade cost and timeframe to accomplish the work •11. POC name and phone number ATTENTION: Small Businesses who are in need of financial assistance please contact one of DOT's Small Business Transportation Resource Centers (SBTRCs) for assistance. https://www.transportation.gov/osdbu/SBTRCs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/2018USWCLayberth/listing.html)
 
Place of Performance
Address: U.S. West Coast, United States
 
Record
SN05053205-W 20180825/180823231539-b4a6ed445668c8d1d6ecc14b5d3bf846 (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.