Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,2000 PSA#2668

Department of Transportation, United States Coast Guard (USCG), Contracting Office (fp), c/o USCG Research and Development Center, 1082 Shennecossett Rd, Groton, CT, 06340-6096

V -- TOWING THE ALBERT E. WATTS FROM LITTLE SAND ISLAND, MOBILE AL TO MARAD RESERVE FLEET IN BEAUMONT, TX SOL DTCG39-00-B-R00017 DUE 090700 POC Joyce Overton, Contracting Officer, Phone 860-441-2886, Fax 860-441-2888, Email joverton@rdc.uscg.mil WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG39-00-B-R00017&LocID=101. E-MAIL: Joyce Overton, joverton@rdc.uscg.mil. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Invitation for Bid (IFB) DTCG39-00-B-R00017. Full and Open Competition procedures will be utilized for this acquisition. The Standard Industrial Code (SIC) is 4492. The small business size standard is $3.5M. Offers for the following items are due at the Coast Guard R&DC Contracting Office by 2:00 P.M. on 9/7/00, (faxed bids will be accepted at (860) 441-2888) Line Item 0001 -- Towing Services. The Contractor shall be responsible for prearranging, scheduling, and towing the ALBERT E. WATTS from its present location at Little Sand Island in Mobile, Alabama to the MARAD Reserve Fleet, Beaumont, Texas. All towing shall be performed as "Dead Ship" tow. The tow shall be completed within 120 days after contract award. The ALBERT E. WATTS is a WW II vintage tank vessel of the T-2 Class. The vessel is 508 feet long, has a beam of 72 feet and a draft of 21 ft aft. The Contractor shall notify the Contracting Officer's Technical Representative (COTR), who is the Supervisor of the US Coast Guard Fire & Safety Test Detachment, Mobile, AL, in writing at least two weeks before the vessel is to be towed. This notification should include the name of the towing tug, name of the vessel being towed, horsepower of the towing tug, length, beam and draft of the tow, ETA, ETD, number of assist tugs to be used, as well as the company that operates the tugs, pilots being used, riding crew if any, as well as a towing plan. The towing plan shall also be provided to the USCG Marine Safety Officer (MSO), Mobile, AL in the same time frame. The Contractor shall comply with all applicable regulatory requirements of the U.S. Coast Guard and other Federal, State and Local organizations while towing the vessel. The Contractor shall notify the USCG MSO, Mobile, AL in writing at least 72 hours prior to sailing and arriving in each port. This notification should include the name of the towing tug, name of the vessel being towed, horsepower of the towing tug, length, beam and draft of the tow, ETA, ETC, number of assist tugs to be used, as well as the company that operates the tugs, pilots being used, riding crew if any, as well as a towing plan. The Contractor shall provide all tow boats, towing equipment for the vessel being towed, and all necessary certificates, towing permits, pilots, line handlers, pilot ladder, and any auxiliary tug services or equipment that may be required at Mobile, AL and Beaumont, TX. The contractor shall conduct all deballasting required to move the CATTS from its slip and any ballasting need for tow. All expenses and fees in connection with the tow and movement of the ship including all personnel, equipment, and material required for towing and line handling shall be at the Contractor's expense. The Contractor shall coordinate a walk through of the vessel with the USCG MSO representative and the COTR to examine the vessel prior to towing and ensure that all operations for a "Dead Ship" tow are completed. All measures necessary to prepare the vessel for a safe "Dead Ship" tow shall be the Contractor's responsibility and accomplished at the Contractor's expense. Prior to towing, the Contractor shall provide to the USCG MSO office a written report of the vessel's stability calculations and results in term of fitness for tow and excess stability considering the current conditions of load and ballast. The contractor shall acquire the services of a recognized Salvage Association Surveyor and comply with his recommendations for towing suitability. The surveyor shall issue a written report attesting to the vessel's condition, fitness to proceed under tow and condition required for a safe tow. A copy of the report shall be delivered to the COTR and USCG MSO OFFICE, Mobile. The Contractor shall prior to award, furnish insurance coverage of $400,000.00 which covers the approximate scrap value of the vessel. The Contractor shall furnish insurance coverage in accordance with the requirements of the Master Lump Sum Repair Agreement (MLSRA), specifically for, but not limited to liabilities of the vessel's hull and machinery protection and indemnities. Such insurance shall be carried by a reputable underwriter and or insurers. The insurance shall name the U.S. Coast Guard as being the assured for the vessel. Invitation for Bid. The Contractor shall assume responsibility for the safety and security of the ship upon start of the tow and until the vessel is delivered to the MARAD Fleet, Beaumont, TX and signed for by a MARAD representative. The Contractor shall contact the MARAD Reserve Fleet (409/722-3433) in advance for more instructions. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The provisions at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR provision 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. Offerors that fail to furnish the required representations and certifications or reject terms and conditions of the solicitation may be excluded from consideration. The following clauses also apply to this solicitation; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, FAR 52.212-5, Contract Term and Conditions Required to Implement Statues or Executive Orders-Commercial Items, 52.203-5, 52.203-6, 52.216-24, 52.216-25, 52.219-8, 52.219-4, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-3, 52.225-3, 52.225-9, 52.225-18, 52.232-8, 52.232-17, 52.232-22, 52.232-18, 52.232-34, DOT 1252.223-70, 1252.223-71, 1252.223-72 and 1252.223-73 apply to this solicitation. FAR 52.212-2 Evaluation -- Commercial Items (JAN 1999) (a) The government will award a contract resulting from this solicitation to the responsible bidder whose Bid conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: price. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Procurement is being conducted under simplified acquisition procedures. THE OFFEROR AGREES TO HOLD THE PRICES IN ITS OFFER FIRM FOR 120 CALENDAR DAYS FROM THE DATES SPECIFIED FOR RECEIPT OF OFFERS. Parties responding to this solicitation may submit their bid in accordance with their standard commercial practices (e.g. on company letter head, formal quote form, etc. but must include the following information: (1) Companies complete mailing and remittance address; (2) Dun & Bradstreet number (DUNS); (3) Taxpayer ID number; (4) Representations and Certifications and (5) Catalog or literature showing that the offered items meet all the above requirements. Import Internet address: 1) Federal Acquisition Regulations (FAR) at http//www.gsa/gov/far, 2) Dept. of Transportation Acquisition Regulations at http://www.dot.gov/ost/m60/tamatar. Responses to this solicitation may be faxed to Joyce P. Overton, (860) 441-2888, mailed to Contracting Office, USCG Research & Development Center, 1082 Shennecossett Road, Groton, CT 06340-6096, ATTN Joyce P. Overton. The quotes are due 9/7/00 at 2:00 p.m. local time. Inquiries may be faxed to (860) 441-2888 or e-mailed to Posted 08/17/00 (D-SN487176). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0118 20000821\V-0003.SOL)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |


Created on August 17, 2000 by Loren Data Corp. -- info@ld.com