Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

V -- US Flag RO/RO

Solicitation Number: N00033-08-R-5507
Agency: Department of the Navy
Office: Military Sealift Command
Location: MSC HQ - Washington
  • Print
:
N00033-08-R-5507
:
Award
:
April 24, 2008
:
N00033-08-C-5507
:
$7,503,000.00 Charter Hire and approx. $800,000.00 delivery/redelivery bonuses
:
Totem Ocean Trailer Express
:
32001 32nd Avenue South
Suite 200

Federal Way, Washington 98001-9625
United States
:
Added: March 24, 2008
24 March 2008

This is the Military Sealift Command, Sealift Program Management Office, Washington, DC



Subj: RFP N00033-08-R-5507



Ref: (a) SF 1449

(b) MSC DRYTIME 06 (Revised 02/06)



MSC Sealift Program Management Office, Code PM52P, requests proposals for vessel(s) 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 on the MSC web site at http://www.msc.navy.mil, under ?Contracts,? then ?Proforma,? or upon request), which 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.



Funds are not currently available for this procurement. In the event funds remain unavailable, this procurement will be cancelled without an award being made.



I. Standard Form 1449 Boxes



2. Contract No.: Will be provided upon award

5. Solicitation No.: N00033-08-R-5507

6. Solicitation Issue Date: 24 March 2008

7. Solicitation POC: Kevin Nunes; Tel. 202-685-6310; Email: kevin.nunes@navy.mil

8. Offer Due Date: 02 APRIL 2008 @ 0900 hours EDT

9. Issued By: Military Sealift Command, Sealift Program Management Office, PM52P, Bldg. 210, Rm. 275, 914 Charles Morris Court SE, Washington Navy Yard, DC 20398-5540 (Code: N00033) Fax: (202) 685-5852 or Alternate (202) 685-5850.

10. This Acquisition is: UNRESTRICTED

14. Method of Solicitation: RFP

18a. Payment will be made by: DFAS-INDIANAPOLIS, P.O. Box 26287, Indianapolis, IN 46226-0287

18b. Submit Invoices to: Commander, Military Sealift Command (N86), Bldg. 157, 914 Charles Morris Court SE, Washington Navy Yard, DC 20398-5540.



II. DRYTIME Boxes



1. Vessel(s) Required: Request a U.S. flag self-sustaining RO-RO vessel with the following minimum particulars:



▪ Minimum 125,000 sq. ft. of militarily useful deck space (minimum 10 ft. height)

▪ Minimum speed of 18 knots

▪ Self-deploying side, quarter, or slewing ramp with a minimum 70 short tons SWL



In accordance with the Cargo Preference Act of 1904 and Section IIIA.3 of the Voluntary Intermodal Sealift Agreement (VISA) (see 72 FEDERAL REGISTER 62898, Nov 7, 2007, or most current reference), preference will be given to U.S. flag vessels and VISA participants.



2. Place/Range of Delivery: U.S. East Coast, port in CHOP



3. Place/Range of Redelivery: U.S. East Coast, port in CHOP



4. Charter Period: Six months with one six-month option



5. Laydays: Commencing: 15 May 2008

Cancelling: 30 May 2008



6. Terms/Conditions/Attachments added, deleted or modified:



ADD: SPECIAL REQUIREMENTS. (Addendum to FAR 52.212-4)



(1) Notwithstanding any restrictions in this charter party to the contrary, the Owner agrees to the embarkation of up to 12 government personnel, including supercargo and armed force protection personnel as provided for under the Force Protection clause. In the event complying with this requirement exceeds the Vessel?s Certificate of Inspection (COI), the Owner agrees to make reasonable efforts to obtain within two business days of award, all appropriate waivers so as to allow the Vessel to carry such additional personnel. If the Owner is unable to obtain the necessary waivers, the Charterer shall have the option to cancel this charter at no cost to the Government. The option to cancel shall be declared not later than 24 hours after the expiration of the aforementioned two-day period. The cost of any additional lifesaving equipment shall be for the Owner?s account.



(2) Vessel is to be fully bunkered when presented (NOR tendered). Must provide type of fuel and burn rates, and range.



(3) Load capacities of ship?s gear/cranes that will service the assigned cargo spaces.



(4) Listing of cargo handling equipment on ship (e.g. forklifts, spreader bars, etc).



(5) Provide detailed diagrams of vessel suitable for the preparation of stow plans NLT 72 hours prior to arrival at the designated loading port. If award is within 72 hours prior to arrival at designated loading port, plans of vessel deck will be made available within 24 hours of window.



(7) CREW LIST. Owner must provide an accurate and current crew list within 24 hours of contract award and, additionally, no later than 96 hours prior to delivery of the vessel at the designated load or delivery port (or first designated load port in the case of multiple load ports), time permitting. Further, at any time during the contract period a list of any reliefs scheduled to board the vessel is required 96 hours prior to the personnel change. The crew list shall include full name (including middle name or the letters ?NMN? if no middle name), date of birth, place of birth (city and country), passport number and country of issue, and nationality of all crewmembers and other personnel onboard the vessel. Upon award, Charterer will provide a template in which the crew list must be submitted. The template must be filled out in its entirety by Owners and resubmitted electronically in Microsoft Excel format to the Charterer, at the following PM5 mailbox MSCHQ.PM5-screening.fct@navy.mil.

Emails containing the Microsoft Excel attachment must be written as follows:

A. Subject line format is as follows: FOUO - PRIVACY SENSITIVE - EPIC - PM5 - HUR - NAME of SHIP - CREW or NON-CREW

B. Body of email is to begin and end as follows:

FOR OFFICIAL USE ONLY - PRIVACY SENSITIVE. ANY MISUSE OR UNAUTHORIZED DISCLOSURE MAY RESULT IN BOTH CIVIL AND CRIMINAL PENALTIES

C. Submitter's name, company, address, and telephone number must be included in the email.

Scanned lists are unacceptable. Additionally, if there is a scheduled crew change or rotation of any percentage of such, the above information is to be provided at least 96 hours prior to the change.



ADD: OCONUS CONTRACTOR CONDUCT.



(1) Upon award of this contract, the Contractor shall immediately notify all contractor personnel, who are or who will be employed by, or who are or who will be accompanying, United States Naval Forces outside the continental United States (OCONUS), and who are not a host country national ordinarily resident in the host country, that such personnel, and any dependents residing with such personnel, who engage in conduct OCONUS that would constitute an offense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to the criminal jurisdiction of the United States as required by the Military Extraterritorial Jurisdiction Act of 2000, Pub. L. 106-523, 114 Stat. 2488, codified at 18 U.S.C. 3261 ? 3267, as implemented by DoD Instruction 5525.11, ?Criminal Jurisdiction over Civilians Employed by or accompanying the Armed Forces outside the United States.? Reference is made to Secretary of Defense memo dated 10 March 2008; "UCMJ jurisdiction Over DoD Civilian Employees, DoD Contractor Personnel, and Other Persons Serving With or Accompanying the Armed Forces Overseas During Declared War and in Contingency Operations."



MODIFY: III(c) (1) - add new sub-subparagraph: ?(vi) Position Reports. Position reports shall be issued by electronic mail to Mike.Cunningham@eu.navy.mil, Scott.Merry@eu.navy.mil, slecargo@eu.navy.mil, SDO.SEALOGEUR@eu.navy.mil, MathewsK@me.navy.mil, Robert.Foster@eu.navy.mil, Richard.caldwell1@navy.mil, Msclant.sdo@navy.mil, Msc_beaumont@navy.mil, Tom.d'agostino@navy.mil, Kevin.kohlmann@navy.mil, Timothy.pickering@navy.mil, Bruce.v.leach@navy.mil, Thomas.walters@navy.mil, MSCHQ_CARGO@navy.mil twice daily at 1200 and 2400 Zulu time.



MODIFY: IV (k)(2) ? delete last two sentences and substitute therefore: ?The Owner shall provide sufficient lifesaving equipment for such personnel in accordance with SOLAS and all other applicable regulatory requirements.



MODIFY: VI - Incorporate revised clause 52.212-5 (Feb 2008). The following clauses apply:

52.222-3, 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-26, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-34, 52.222-41, and 52.222-44.



MODIFY: VII - Incorporate revised clause 252.212-7001 (Mar 2008). The following clauses apply: 52.203-3, 252.205-7000, 252.225-7012, 252.226-7001, 252.243-7002, 252.247-7024 and 252.247-7026.



MODIFY: VIII ? The following clauses apply: 52.217-8, 52.232-18, 52.232-35, 52.245-2, 252.223-7002, 252.225-7040, 252.225-7043, 252.245-7001, 252.247-7025. Add as applicable 252.232-7007.



ADD: IX(i), Delete ?Prepositioned?



MODIFY: X - paragraph (m): facsimile offers are permitted.



MODIFY: X(c) - AMEND TO READ ?THE OFFEROR AGREES TO HOLD THE PRICES IN ITS OFFER FIRM UNTIL 1700 EDT ON 25 APRIL 2008.?



MODIFY: XI ? Fill in as follows:



(i) Technical Acceptability



(ii) Price. The offeror?s price proposal will be evaluated based on the value of the charter hire rates offered for the entire charter period (base period plus option), cost of fuel (based on DESC FY 08 fuel prices), and any other costs set forth in the offer. For evaluation purposes the first period of performance will consist of 6 months with a six-month option, for a total period of 365 days. The operational tempo is estimated at 85% underway laden and 15% Idle (In port). Therefore, for evaluation purposes fuel calculations will be based upon 310 days underway laden (DRYTIME Boxes 68 and 70) at 18 knots and 55 days idle (in port) (DRYTIME Box 71).



(1) Fuel consumption calculations will be made using the following Defense Energy Support Center (DESC) standard prices and appropriate fuel conversion factors. The rates to be used are as follows:



DFM per metric ton $949.69

MGO per metric ton $967.97

IFO-180 per metric ton $619.44

IFO-380 per metric ton $613.93



MDO will be equated to MDO and Bunker C will be equated to IFO-380, if necessary



Fuel conversion factors are as follows:



DFM/MGO/MDO: 7.462 barrels per metric ton

IFO-180: 6.528 barrels per metric ton

IFO-380: 6.467 barrels per metric ton



(2) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The proposed price will be evaluated for price reasonableness. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(iii) Past Performance. Offerors will be evaluated on their performance under existing and prior contracts for similar services and as otherwise detailed in the solicitation. Information obtained from references listed in proposals, other customers known to the Government, and other sources of useful and relevant information will be considered.



(1) At a minimum, award will not be made to an offeror who is or within the past three years has been seriously deficient in contract performance, unless the Contracting Officer determines that the circumstances were properly beyond the offeror?s control or that the offeror took appropriate corrective action.



(2) Offerors will be given the opportunity to address unfavorable reports of past performance.



(3) Offerors without a past performance history relating to this solicitation shall receive a neutral evaluation.



The Government considers the most advantageous offer to be the low priced, technically acceptable offer proposed by an offeror with acceptable past performance. However, award preference for U.S. Flag vessels and award priorities for vessels enrolled in the Voluntary Intermodal Sealift Program (VISA, at 69 FEDERAL REGISTER 25166-25168, May 5, 2004, or most current reference) and for VISA Participants (see sec. VI.A.2. of VISA) will be applied to the Government?s evaluation of offers. Award will be made, if at all, to an offeror in the highest priority (among those offers received) set forth in sec. III.A.3. of VISA, in accordance with the award criteria set forth above.



THE FOLLOWING CHANGE APPLIES TO FOREIGN FLAG OFFERS ONLY:



MODIFY: IV(k) - delete subparagraph (4) in its entirety.



17. ADD:

CLIN (TBD at award): Charter Hire $______TBD_________

CLIN (TBD at award): Reimbursable (Fuel) Not to Exceed $______TBD_________

CLIN (TBD at award): Reimbursable (Port Charges) Not to Exceed $______TBD_________

CLIN (TBD at award): Reimbursable (Other) Not to Exceed $______TBD_________



III. Instructions to Offerors



A. Submission of Offers. Offerors shall comply with Part X for submission of offers. Additionally, offers shall include the following:



(1) Range @ 18 knots, type of fuel, and burn rates while in port, underway laden, and underway ballast.



(2) Load capacities of ship?s gear/cranes/ spreader bars, etc., that will service the assigned cargo spaces.



(3) List of cargo handling equipment on ship (e.g. forklifts, spreader bars, etc).



(4) Evidence of International Shipboard Port Security (ISPS) compliance.



(5) Owner Representations and Certifications.



(6) Vessel International Maritime Organization (IMO) Number.



(7) Vessel Call Sign.



(10) Vessel International Maritime Satellite Comm. ? Phone (INMARSAT) Number.



(11) Acknowledgement of MSC DRYTIME 06 (Revised 02/06).



Note: failure to submit all required information as requested could result in your offer not being considered for award. The successful offeror must provide electronic funds payment information to the office identified in Part VIII.



Signed: Kenneth Allen, Contracting Officer, MSC, N1033

Added: Apr 25, 2008 8:33 am
N/A
:
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540, UNITED STATES
:
Kevin J Nunes,
Contract Specialist Intern
Phone: 202-685-6310
Fax: 202-685-5850