Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16, 2001 PSA #2767
SOLICITATIONS

V -- WATER TRANSPORTATION

Notice Date
January 11, 2001
Contracting Office
Commander, Military Sealift Command, Bldg 210, 914 Charles Morris Court SE, Code N10, Washington, DC 20398-5540
ZIP Code
20398-5540
Solicitation Number
N00033-01-R-5223
Response Due
January 16, 2001
Point of Contact
Ms. Michelle Hupp (202) 685-5823
E-Mail Address
Click here to contact Contract Specialist via e-mail. (michelle.hupp@msc.navy.mil)
Description
Ref: (A) SF1449 (B) MSC DRYVOY 99 (Rev 1 (6-99)) Voyage Charter for U.S. or foreign flag vessel or tug/barge with heavy lift Ro/Ro capabilities. In accordance with the Cargo Preference Act of 1904 and Section IIIA.3 of the Voluntary Intermodal Sealift Agreement (VISA) at 64 FEDERAL REGISTER 8214-8222 dated 18 February 1999, preference for U.S. flag and VISA participants to be given. MSC Sealift Program Management Office, Code PM52P, requests proposals for a vessel capable of meeting the transportation requirements described below. References below apply to the box layout of Ref (A) and Ref (B) which are incorporated by reference (available from the MSC web site, http://www.msc.navy.mil/N10/conthp.htm, under "Library of Common Documents", or upon request), which shall be the charter form of any contract resulting from this solicitation. I. Standard Form 1449 Boxes 5. Solicitation No.: N00033-01-R-5223 6. Solicitation Issue Date: 11 Jan 2001 7. For Solicitation Information Call: Ms. Michelle Hupp, (202) 685-5823 8. Offer Due Date: 1000 EST 16 January 2001 9. Issued By: Military Sealift Command, Sealift Program Management Office, PM52P, Bldg. 210, Rm. 275, Washington Navy Yard, 914 Charles Morris Court SE, Washington, DC 20398-5540 (Code: N00033) Fax: (202) 685-5887 or Alternate (202) 685-5850 14. Method of Solicitation: RFP 18a. Payment Will Be Made By: Commander, Military Sealift Command, N86, Washington Navy Yard, Bldg. 157, 914 Charles Morris Court SE, Washington, DC 20398-5540. II. DRYVOY Boxes 1. Vessel Required: U.S. or foreign flag self-sustaining vessel or tug/barge with heavy lift Ro/Ro capabilities capable of lifting, transporting, and discharging cargo described in Box 2. Vessel or tug/barge offered must be able to perform Ro/Ro operations for a beach discharge, and Contractor is to furnish aggregate to support ramps on beach. Contractor shall provide temporary securing points for ramps and barge (if barge is offered). Contractor must provide lashing gear sufficient for securing cargo. Owner to warrant that any and all regulatory compliances are maintained. A minimum laden speed in moderate weather of 6.5 knots is required. CONCEPCION, PARAGUAY PORT SURVEY AVAILABLE BY FAX OR EMAIL FROM MICHELLE HUPP (202) 685-5823, EMAIL MICHELLE.HUPP@MSC.NAVY.MIL 2. Cargo Description (Approx. 26,228 sq. ft.). Longest Piece (Inches): 696" Tallest Piece (Inches): 158" Widest Piece (Inches): 128" Heaviest Piece: 35s/tons Cargo list available upon request via e-mail or fax. Contact Michelle Hupp (202) 685-5823 or michelle.hupp@msc.navy.mil 2a. Load: Free-In Terms 2b. Discharge: Liner Terms 3. Loading Port(s)/Place(s): Pensacola, FL 4. Laytime: 1 day, SSHEX 5. Discharging Port(s)/Place(s): Concepcion, Paraguay 6. Laydays: 30 Jan 01/31 Jan 01, available to load 31 Jan 2001 7. Terms/Conditions/Attachments added, deleted or modified: III(i) Not withstanding Subparagraph (1) expected discharge in Concepcion, Paraguay no earlier than 05 March 2001 and no later than 15 March 2001; ADD -- V(c) -- "Loading and Discharging (Liner terms)", applies to discharge port only; Add V(d) "Loading and Discharging (F.i.o.s.s. with Owner-furnished Lashing Gear)", at Load port only; ADD -- V(g) "Position Reports", (Attn: Glenda Hunter email: glenda.hunter@msc.navy.mil, fax: 202-685-5852); ADD V(I) "Tugs and Barges", if applicable; VI Change date of clause to "AUG 2000"; X Change date of clause to "OCT 2000"; X(j) Internet home page on third to last line is changed to http://www.customerserviced@dnb.com XII Change date of clause and Alternates I, II and III to "OCT 2000"; III. Instructions to Offerors Offerors shall use the guidelines set forth in Part X for submission of offers; however, at a minimum, offers must contain the following: 1. Lumpsum price and demmurage/detention rate. 2. Speed of Advance (SOA) laden and detailed itinerary. 3. Set of completed boxes (Ref (B), pages I-1 through I-4) 4. Completed Representations and Certifications (Part XII, Ref (B)). 5. IAW DFARS 252.204-7004, U.S. offerors (and foreign offerors working in the U.S.) must be registered in the Central Contractor Registry (CCR) in order to be considered for award. To comply: * Provide a DUNS number with your solicitation. This number is required to verify registration and in order to register in the CCR. The DUNS number can be obtained by calling 1-800-333-0505. * Register in the CCR by calling 1-888-227-2423 or through the MSC's website at http://www.msc.navy.mil/N10/library.htm under "Central Contractor Registration (CCR)". IV. Evaluation: Price will be evaluated using the lump sum and 1/2 day of proposed demurrage rate. The highest proposed demurrage rate in those offers with varying rates will be used in the price evaluation.
Web Link
Click here to download reference (www.msc.navy.mil/N10/library.htm)
Record
Loren Data Corp. 20010116/VSOL005.HTM (W-011 SN50A7J6)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on January 11, 2001 by Loren Data Corp. -- info@ld.com