Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1998 PSA#2236

Commander, Military Sealift Command, Bldg 210, 914 Charles Morris Court SE, Code N10, Washington, DC 20398-5540

V -- REQUIREMENTS CONTRACT FOR SUPPLY VESSELS AND INCIDENTAL SERVICES SOL N00033-99-R-2003 DUE 122198 POC Kevin Spillane at 202-685-5225 (fax) or kevin.spillane@smtpgw.msc.navy.mil (email) WEB: Military Sealift Command, http://www.msc.navy.mil. E-MAIL: Military Sealift Command, kevin.spillane@smtpgw.msc.navy.mil. Military Sealift Command Request For Proposals N00033-99-R-2003 (03 December 1998) -- This procurement is being conducted in accordance with Federal Acquisition Regulations (FAR) Part 13, Commercial Items, and FAR Part 13.5. A. MSC PM2P requests proposals for contractors to supply vessels and incidental services as described below to support ocean search and survey operations, weapon and target recovery, and inspection/repair of underwater systems in the Naval Air Warfare Center's (NAWCWPNS) Sea Test Range in Southern California, as well as in the broader Pacific to the Hawaiian Islands area. References below apply to the box layout of MSC SPECIALTIME 98 (rev. 4/98)(available from MSC PM2- upon request or from MSC internet homepage http://www.msc.navy.mil/n10/library.htm), which shall be the contract form of any contract resulting from this solicitation. Proposals must be received prior to 1700 hours, Washington DC time, Monday, 21 Dec 98. Proposals may be submitted via fax to (202) 685-5225 or by mail to the following address: Military Sealift Command Code PM2P Room 320, Bldg. 157 914 Charles Morris Ct., SE Washington Naval Station Washington, DC 20398-5540 1. Proposed mission: NAWCWPNS operations involve the test and evaluation of various types of aircraft, missiles, and other items. At times, surveys must be conducted in the test areas and objects occasionally are required to be recovered from the ocean. In addition, the Navy has various communication cables and other in-water assets that require routine maintenance and inspection. Crewed vessels are needed to conduct surveys, recover objects, and repair in-water cables and hardware. Divers and/or underwater vehicles are required for recovery of missiles, aerial targets, torpodoes, and mines. Minor fabrication and installation of equipment may also be required. It is the Government's intention to award a primary requirements contract to the low-priced offeror. The Government reserves the right to issue one or more additional requirements contracts (secondary contracts) that will have call-outs issued only upon non-availability of the primary requirements contractor or when multiple vessels/services are required. No contractor, either primary or secondary, will be entitled to financial remedies if that contractor does not provide the service required in the schedule. 2. Vessel requirements: A. Mine recovery: (1). Clear deck space: minimum 1,200 square feet to store up to 36 mines (up to 2,000 lbs. each), three 4'x4' pallets, and two 20' inflatable boats. (2). Winch and A-frame extension or pivoting boom to recover mines. Minimum capacity 20,000 lbs. (3). Machinery for line and anchor handling. (4). Deck electric and hydraulic power. B. Torpedo recovery: (1). Minimum 1,200 square feet to store up to 12 crated torpedoes (up to 3,000 lbs. Each; 3'x3'x21') (2). Adequate lifting equipment to recover torpedoes. (3). Adequate power, air, and hydraulics. C. Cable splicing/other ocean system repairs: (1). Vessel must be capable of holding station to plus or minus 20 percent of the water depth (or 150 ft., Whichever is greater) in a sea state 3, with one knot current and a 20 knot wind, for up to four days. (2). Vessel may be required to be equipped with a linear cable engine with power supply, a stern chute, cable reel(s) or other cable storage, and/or splicing equipment (cable laying and splicing equipment would be required only when supporting such operations). (3). Contractor must provide personnel to operate equipment described above. The equipment and work crew, when required to be provide as part of the vessel's equipage, will be specified in the delivery order. D. Inspection/maintenance of underwater systems: (1). Vessel must be capable of supporting SCUBA/surface supplied diver operations and/or underwater vehicles. (2). Vessel must be capable of holding station as noted above in C.(1). In as much as 250 ft. of water for up to ten days. (3). Vessel must have deck space for an 8'x8'x10' diver support container or have built-in facilities for recharging SCUBA bottles. (4). Vessel must be equipped with an enclosed lab space or galley with 110VAC power. E. Search/recovery/deployment/maintenance of test articles: (1). Vessel must be capable of supporting SCUBA operations. (2). Vessel must be capable of holding station to plus or minus 20 percent of the water depth (or 150 ft., whichever is greater) in a Sea State 3, with one knot current and a 20 knot wind, for up to four days. (3). Vessel must be capable of recovering various shapes (3' diameter sphere; 2' diameter x 8' long cylinder; aerial targets; weapons) without damage using any combination of crane, winch, lift bags, grappling lines and a-frame. (4). Vessel must be equipped with operating GPS or DGPS. (5). Vessel must meet the requirements of D.(3). above. (6). Vessel must be equipped with a lab space or galley with minimum 4 outlets of 20 amp, 110/220 VAC power; deck power (2 outlets of 60 amp, 440 VAC); compressed air; hydraulic power for winch, ROV, and support equipment. (7). Beyond diver depth, vessel must be capable of station keeping as per C.(1). above. (8). Vessel shall be capable of carrying or towing a small operations support boat (e.g., 17-ft. Whaler-type). (9). Vessel must have sufficient deck space for one 8'x8'x10' container or facilities to recharge SCUBA bottles, 200 square feet for storage of shapes, and Government- or contractor-supplied ROV. 3. Additional requirements: (1). Vessel must be capable of berthing and messing up to twelve Government personnel. (2). At Government option, the contractor may be required to provide a Remote Operated Vehicle (ROV) with operational video capabilities capable of the following water depth capabilities: 0-2,000 feet; 2,001 -- 5,000 ft.; And 5,001 -- deeper. When so required, vessel must be equipped with pinger locator and ROV transponder system. When this service is required, it will be specified per individual delivery order. (3). Diving operations are frequently required as part of the vessel charter/ocean engineering. The work is typically more oriented to fact-finding and evaluation than to actual dive-labor, and may require the diver to recommend means for repair or recovery of various items, observe and comment on the operation of mechanical systems, take photographs and video, or survey and plan for operations in near-shore areas. These dive operations are frequently performed as a precursor to, and information basis for, dive labor performed by Navy divers. Projects completed in the past have included dives for inspection of cables, pipelines, ships, and moorings; surveys of nearshore cable routes and cable landings; real-time observation and photography of various ocean engineering projects as they progress; recommendations for repair and fabrication of underwater components; and recovery of sensitive items from the shallower areas aroud the Channel Islands and Hawaii. At Government option, the contractor may be required to provide a qualified dive team of up to five divers. When this service is required, it will be specified per individual delivery order. (4). The Government will provide three Motorola AN/URC-101 radio transceivers as GFE to be loaded, secured, and discharged by the contractor. (5). Vessel master and crew must be U.S. citizens and fluent in writing, reading, and speaking English. Vessel master shall have a master's license issued by the U.S. Coast Guard and vessel crew shall be in accordance with the U.S. Coast Guard manning scale for the size and type of vessel. Vessel master shall be responsible for maintaining a daily vessel support log commensurate with U.S. Coast Guard regulations. (6). At the Government's option, contractor may be required to furnish one small operations support boat as noted above. (7). It is desired that the vessel(s) be homeported no farther than 12 hours from San Nicholas island, CA, and 12 days from Hawaiian Islands. (8). Winch and A-frame should be at least 20,000-pound capacity. An articulated crane with similar rating may substitute for the A-frame. (9). Other related support may include marine ocean engineering; provisioning of specialized equipment; deep water search and survey; and equipment design, fabrication, and repair, both ashore and at sea. Typical tasks are fabrication of small welded and machined parts; replacement of electronic components, seals, housings, and fittings; the mapping or surveying of small areas for weapons recoveries and cable routes; remote operated vehicle (ROV) work on cables and for search work; and work on range acoustic and optical systems such as communications devices and tracking systems. These services will be procured on a cost-reimbursement basis, negotiated via individual delivery order issued. (10). U.S. Navy divers and/or Navy-trained marine mammals may be used for mine recovery operations. Marine mammals will be transported in cages and handled only by Government personnel. (11). Progress reports will be delivered by the contractor summarizing the vessel charter activity that has occurred in support of Government activities. Contract costs shall be itemized and reported for each support event. Copies of ship's logs shall be delivered to the Government. Navigation data, when specified, shall be delivered. Copies of all ROV operational video, when specified by the Navy technical representative, shall be delivered to the Government. All equipment and hardware recovered in the course of operations shall be delivered to the Government. All special equipment purchased for or by the Government for these operations and not consumed or lost shall be delivered to the Government. 4. Contract type: Requirements contract commencing upon award. 5. Delivery/operational areas: a. Mine operations: Delivery/redelivery in Ventura/Santa Barbara County area; operations in Mining Range of W412 warning area, off Santa Rosa Island, or other Channel islands. b. Torpedo recovery: Delivery/redelivery in Ventura/Santa Barbara County area; operations in various locations. c. Historically operations have ranged from six to thirty plus days. d. The Government reserves the right to reject any vessel that requires a transit of more than twelve (12) hours from port of embarkation to reach operational areas around San Nicholas Island, or more than twelve (12) days to reach the Hawaiian Islands. 6. Contract length: Two years with three one-year options. 7. Operating scenario: The following scenario is provided for information only and without guarantee. Socal: 6 mine recoveries with divers or marine mammals 1 torpedo recovery, surface crew only 4 dive inspections w/ 5man dive set, from 50-100' boat 1 cable repair from 100' class or 200'class vessel 1 shallow (less than 2,000') ROV deployment 500 hrs of engineering/manufacturing 1 major cable repair effort every three years, 200' vessel on site for 10 days (deeper ROV work and major repairs are unpredictable) Hawaii: 1 shallow ROV inspection 1 cable repair from 100' or 200' class vessel 500 hrs of engineering/manufacturing 1 major cable repair effort every three years, 200' vessel on site for 10 days Offerors are advised that work is unpredictable and not evenly distributed throughout the months or even throughout the years. The most regular work in the past has been the mine recoveries, and even those have been irregular for the last two years. H. Modifications to MSC SPECIALTIME 98 are available upon request. Posted 12/03/98 (W-SN276888). (0337)

Loren Data Corp. http://www.ld.com (SYN# 0102 19981207\V-0001.SOL)


V - Transportation, Travel and Relocation Services Index Page