Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 7, 2001 PSA #2845
SOLICITATIONS

V -- TRAVEL, TRANSPORTATION, & RELOCATION SERVICES

Notice Date
May 3, 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-5244
Response Due
May 7, 2001
Point of Contact
Dale Rieck 202-685-5832
E-Mail Address
Click here to contact Contract Specialist via e-mail. (dale.rieck@msc.navy.mil)
Description
1. Vessel Required: U.S. or foreign flag self-sustaining vessel(s) or tug/barge(s) (minimum 2000 SHP) to move cargo described in Box 2. Equipment to include ramps or other equipment to facilitate RO/RO operations. Contractor to provide lashing gear. Minimum laden speed is 7 knots in moderate weather. Owner to warrant that any and all regulatory compliances are maintained. 2. Cargo Description: Requirement: RE-Deploy approximately, 63,246 sq. ft. of cargo +/- 10% CHOP from Santo Tomas, Guatemala to discharge approximately 49,881 sq. ft. at Ponce, Puerto Rico and 14,365 sq. ft. at Mobile, Alabama. Extreme Dimensions: PONCE Longest: 515 inches Widest: 144 inches Highest: 152 inches Heaviest: 27 S/T MOBILE Longest: 428 inches Widest: 140 inches Highest: 137 inches Heaviest: 20 S/T Packing list available upon request. 2a. Load: Liner-In 2b. Discharge: Free Out 3. Loading Port(s)/Place(s): Santo Tomas de Castilla, Guatemala 4. Laytime: 2 days SSHEX Total 5. Discharging Port(s)/Place(s): Ponce, Puerto Rico and Mobile, Alabama 6. Laydays: 15 May 01 / 16 May 01 available to load 16 May 01. 7. Terms/Conditions/Attachments added, deleted or modified: III(i) Not withstanding Subparagraph (1) expected arrival in Ponce, Puerto Rico no earlier than 26 May 01 and in Mobile, Alabama no later than 01 June 01 ADD -- V(c) -- "Loading and Discharging (Liner terms)"(load port only); ADD -- V(d) "Loading and Discharging (F.i.o.s.s with Owner-Furnished Lashing Gear)"; discharge ports only; ADD V(i) "Tugs and Barges" ADD -- V(g) "Position Reports", (Attn: Larry Riley, email: larry.riley@msc.navy.mil fax: 202-685-5852); VI Change date of clause to "FEB 2001"; VII Change date of clause to "DEC 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 demurrage/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 freight and 1 day of proposed demurrage rate. The highest proposal demurrage rate in those offers with varying rates will be used in the price evaluation. In accordance with X(h) the government may make multiple awards under this RFP. Signed: Cathlene Jo Stangler, Contracting Officer, MSC, PM52
Web Link
Click here to download referenced documents. (www.msc.navy.mil/N10/library.htm)
Record
Loren Data Corp. 20010507/VSOL001.HTM (W-123 SN50L0A7)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on May 3, 2001 by Loren Data Corp. -- info@ld.com