Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
MODIFICATION

V -- Special Mission SPOT Charter MCM June

Notice Date
5/22/2020 6:03:42 AM
 
Notice Type
Solicitation
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N32205-20-R-4159
 
Response Due
5/27/2020 11:00:00 AM
 
Archive Date
06/11/2020
 
Point of Contact
Lorrie A. Leedy, Phone: 7574432805, LaToya N. Sorrell, Phone: 7574435299
 
E-Mail Address
lorrie.leedy@navy.mil, latoya.sorrell1@navy.mil
(lorrie.leedy@navy.mil, latoya.sorrell1@navy.mil)
 
Description
22 May 2020 � This is the Military Sealift Command Norfolk, Strategic Sealift Program Support Office MARKET SURVEYS, RFPS, AMENDMENTS AND CONTRACT AWARDS WILL BE POSTED TO THE BETA.SAM.GOV WEBSITE (ONLY) UNTIL FURTHER NOTICE. � WWW.BETA.SAM.GOV � PROFORMA DOCUMENTS WILL BE MADE AVAILABLE UPON REQUEST. ____________________________________________________________________________ Subj:�� RFP N32205-20-R-4159 Ref:���� (a) SF1449 ����������� (b) MSC SPECIALTIME 2020 MSC Strategic Sealift Program Support Office, N103, requests vessels capable of meeting the transportation requirements described below.� The paragraph numbers below apply to the box layout of references (a) and (b), which are incorporated herein by reference (available MSC web site at https://www.msc.navy/mil, under �Contracts,� then �Proforma� or upon request), and shall be the charter form of any contract resulting from this solicitation.� By submission of a proposal, the offeror confirms agreement with all terms and conditions of this solicitation and the charter form, unless otherwise identified therein. NOTE: � DUE TO INCREASED E-MAIL SECURITY, IT MAY TAKE LONGER FOR E-MAILS TO BE RECEIVED IN THE APPROPRIATE IN-BOX, ESPECIALLY WHEN AN E-MAIL IS HOSTED IN A FOREIGN COUNTRY; SOME E-MAILS ARE DELAYED IN EXCESS OF HOURS.� OFFERORS ARE ENCOURAGED TO SUBMIT OFFERS AS SOON AS POSSIBLE. THIS IS A SPOT CHARTER; AS SUCH, ALL PROFORMA SECTIONS THAT ADDRESS LONG TERM CHARTERS ARE NOT APPLICABLE. STANDARD FORM 1449 BOXES: � I.� Standard Form 1449 Boxes ����� 2.� Contract No.:� Will be provided upon award ����� 5.� Solicitation No.:� N32205-20-R-4159 ����� 6.� Solicitation Issue Date:� 22 May 2020 ����� 7.� For Solicitation Information:� LaToya Sorrell at latoya.sorrell1@navy.mil; and Lorrie Leedy at lorrie.leedy@navy.mil ����� 8.� Offer Due Date:� 27 May 2020, at 1400 Eastern Time ����� 9.� Issued by:� Military Sealift Command Norfolk, 471 East C Street, Bldg. SP 64, Naval ����� �����Station Norfolk, Norfolk, VA 23511-2419 (Code: �N32205) ��� 10.� This Acquisition is: Unrestricted, full and open competition; NAICS Code:� 483111� ��� 14.� Method of Solicitation:� RFP �� 18a. Payment will be made by:� SEE PART VIII (6), WAWF Submit electronic invoices IAW ���������� WAWF contract clause, MSC Worldwide DC ANY (MAY 2013). �� 18b. Submit Invoices to:� SEE PART VIII (7) MSC WIDE AREA WORKFLOW (WAWF) ���������� INSTRUCTIONS (AUGUST 2012). �� 27a. Solicitation incorporates by reference FAR 52.212-1 and 52.212-4; 52.212-3 Alt I and ���������� 52.212-5 are incorporated by full text. A. �PART I. SPECIALTIME BOXES: Vessel Required: � One U.S. flag vessel, one U.S. flag tugboat, and one U.S. flag barge capable of providing support while underway and local pier-side operations and training, surface-supplied diver training/operations, and support training evolutions as necessary on a continuous 24-hour basis.� The vessels shall be prepared to carry a small boat, government MILVANs and auxiliary equipment, provide replenishment/minor maintenance support, and personnel support.� The vessels shall be prepared to store explosive materials in certified ready storage lockers (RSL) as required for operations. �The vessels will also support loading, storage and discharge of government materials and equipment, arranging for any shore-side equipment if required for load/discharge operations. Minimum vessels characteristics/capabilities: � MINIMUM VESSELS REQUIREMENTS TABLE FLAG U.S. CLASSIFICATION One passenger vessels of greater than 100 GRT or USCG certified (COI) with no restrictions, to sustain five days underway navigation and conducting of operations with carriage of 10 passengers. DECK EQUIPMENT Shipboard crane, capable of launching and recovering a F580 zodiac boat, 1250 lbs., off/on to the deck. ** Near water deck (NTE 5�AWL) for small craft to load/unload gear and personnel. Capability of refueling small craft, generators, and compressors with approx. 60 gallons of gasoline. STABILITY The vessels shall have sufficient length and breadth to provide stability for the launch and recovery of the F580 in sea state 3. VESSEL ENDURANCE Five days (15 - 19 June 2020) CREW REQUIREMENTS All crew must be U.S. Citizens and properly documented for marine employment. MESSING AND BERTHING Berthing for ten (10) passengers at sea for five days on each vessel.� Vessels to supply three hot meals per person per day. VESSEL DECK SPACE Provide deck space to store one F580 zodiac boat (approx. 19x5 ft.). Lay down for 25�l x 12�w x 8�h MILVAN (22,000lbs) Lay down for 16� x 8� x 8� MILVAN (9,000 lbs.) Lay down for 16� x 9� x 8� MILVAN (4,000 lbs.) Lay down for 6� x 6� auxiliary equipment Fresh water wash down via garden hose. EXPLOSIVE STORAGE Certified to carry a net explosive weight up to 20 lbs. of 1.1d and 1.4b Deck space available to store explosives Coordinate with appropriate authorities to certify on load of said explosives. Minimum Tug Requirements Table FLAG U.S. CLASSIFICATION Tug DECK EQUIPMENT Tug capable of transporting and mooring a barge at sea in up to 80 feet sea water (FSW) STABILITY The vessel shall have sufficient length and breadth to provide stability for operations during sea state 3 VESSEL ENDURANCE Five days (15 � 19 June 2020) CREW REQUIREMENTS All crew must be U.S. citizens and properly documented for marine employment MESSING AND BERTHING None required VESSEL DECK SPACE None required EXPLOSIVE STORAGE None Minimum Barge Requirements Table FLAG U.S. CLASSIFICATION Barge DECK EQUIPMENT Barge with ramp STABILITY The barge shall have sufficient length and breadth to provide stability for operations during sea state 3 VESSEL ENDURANCE Five days (15-19 June 2020) CREW REQUIREMENTS All crew must be U.S. citizens and properly documented for marine employment. MESSING AND BERTHING None required VESSEL DECK SPACE Provide 5500 ft2 deck space Minimum 850 LT capacity EXPLOSIVE USE Authorized for explosive charges no greater than .25lbs (quarter pound) **The offeror is responsible for coordinating on load and offload of deck equipment with mission sponsor. Sponsor will provide a pier and crane at 32nd St. Naval station (with operators) or transport deck equipment to a contractor proposed pier within 50 miles of Naval Base Point Loma, Naval Mine and Anti-Submarine Warfare Command. Contractor provided crane services will be reimbursed per the contract. 2.� Place / Range of Delivery:� Naval Base Point Loma, San Diego, CA � 3.� Place / Range of Redelivery:� Naval Base Point Loma, San Diego, CA 4.� Charter Period: 15-19 June 2020, 5 Days 5.� Laydays: 15 June 2020 @ 0700 ���������������������� 6.� Terms/Conditions/Attachments added, deleted or modified:� � ADD �The ship-owner agrees that crew and other embarked personnel may be ordered by the charterer to stay aboard the vessel during port visits; this will be due to increased risk of COVID-19 transmission in a given port. Further, the ship-owner agrees that the charterer may limit access to the vessel by personnel and crew who present an increased risk of COVID-19 resulting from previous and recent travel.� AMEND: PART III Special Time Terms and Conditions (Addendum to FAR 52.212-4), pg. III-1 para (a) CHARTER HIRE, (1) Hire Rates to read as follows: Charter hire for services under this Charter Party shall be payable at the applicable rates stipulated in Boxes 13 � 15 and shall be payable at the expiration of each fifteen (15) days of the charter period and at the end of the performance period. Except as otherwise provided herein, said hire rates shall be considered payment in full for all services of the Vessel and Associated Equipment under this Charter including all overtime (including but not limited to crew overtime/penalty time required for the opening and closing of hatches), penalty time, bonuses, payments, meals and hotel services, contracted equipment, and emoluments payable to Master, Officers, and crew for services under this Charter irrespective of the geographic scope of said service and the nominal carriage of ammunition and hazardous cargoes. Said hire rates are exclusive of the costs of fuel and port charges, which are addressed at IV (p) (Fuel) and IV (n) (Port Charges and Expenses) below, respectively, and other stevedoring costs such as loading, securing and discharging cargo. DELETE: PART X (A). INSTRUCTION TO OFFERORS � SPOT CHARTER paragraph (1) (e) MULTIPLE OFFERS AMEND:� PART XI (A).� FAR 52.212-2 Evaluation -- Commercial Items (tailored pursuant to FAR 12.302(a)) � SPOT CHARTER, page XI-2 � (e) Price. a. to read as follows: The offeror�s price proposal will be evaluated based on the value of the charter hire rates offered for the entire charter period, cost of fuel, and any other costs set forth in the offer.� For evaluation purposes, the period of performance will consist of the number of days specified in the individual solicitation.� Fuel calculations will be based upon (a) 05 days underway laden at the speed specified in the individual solicitation (SPECIALTIME Boxes 68 and 70);� (b) 00 �days underway loitering as specified in the individual solicitation (SPECIALTIME Boxes 69 and 70); and (c) 00 days in port idle (SPECIALTIME Box 71).� This will represent the overall price to the Government. Offerors shall use the guidelines set forth in Part X(a) for submission of offers; however, at a minimum, offers must contain the following: Proposals must be submitted via e-mail in Adobe Acrobat (.pdf) format, and must be compatible with Adobe Acrobat Reader 8.0 or later version. Proposals must contain either a verifiable electronic signature (e.g. PKI enable certificate), or a scanned image of the handwritten signature of the Offeror or Offeror's agent. Offerors are advised that delays in the receipt of e-mail do occur, and the Offeror is solely responsible for timely receipt of offers by the Government regardless of any problems or delays related to computer hardware or software systems including, but not limited to, servers and firewalls.� An E-mail proposal that resides on a Government server, but has not appeared in the designated E-mail inbox by the due date and time for proposal submission will be considered late. � Offerors are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files) or files in excess of 20 megabytes. Completed FAR 52.212-3 and Alternate I Representations and Certifications� (MAR 2020) and Alternate I (OCT�� 2014). Completed FAR 52.209-7 � Information Regarding Responsibility Matters (Jul 2013). Completed FAR 52.209-11 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Feb 2016). Acknowledgement of all terms and conditions of MSC SPECIALTIME 2020� and the RFP. Owner�s full style email address and point of contact to be used in conjunction with the Government�s web-based post-contract performance information system, Contractor Performance Assessment Reporting System (CPARS).� Instructions to be provided post-award. Offeror�s or authorized agent�s signature.� Note:� Unsigned offers will not be considered for award. Completed Fuel Consumption Spreadsheet (Attached).� Proposed laydays Daily charter hire Call sign Vessel year Vessel flag Vessel USCG COI or COD Vessel specification sheet to include pictures of the vessel. Information required in Part I boxes and Parts XII and XIII Representations and Certifications Offerors must be registered in Beta.SAM.gov in order to be considered for award.� To comply, provide a UEI number with your offer.� This number is required to verify registration and in order to register in Beta.SAM.gov. The UEI number can be obtained by calling 1-800-333-0505.� Contractors may� obtain information on registration and annual confirmation requirements via Beta.SAM.gov accessed through https;//www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. ADD PART XII(b)(3) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) ADD PART XII(b)(4) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) Note:� Failure to submit all required information as requested could result in your offer not being considered for award.� SIGNED:� LORRIE LEEDY, CONTRACTING OFFICER, COMSC, N103
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4b61ab4a7e94407b9f7e357b22d92d64/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN05668719-F 20200524/200522230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.