EPF MAC LAY BERTH MARKET SURVEY
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Jun 03, 2024 04:12 pm EDT
- Original Response Date: Jun 19, 2024 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 04, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance:
Description
The Military Sealift Command (MSC) is seeking sources to provide information related
to the long-term layberth availability of several aluminum-hull, semiplaning catamarans.
MSC is seeking feedback from industrial support and engineering contractors that offer
facilities and services as it pertains to the layberth of ships in a reduced operating status
(ROS).
The following is a list of vessel characteristics of the ships that are being
considered for layberth:
- Ship Type/Class: T-EPF
- Hull Design: Aluminum, Semiplaning Catamaran
- Length Overall (LOA): 337.9 feet
- Beam: 93.5 feet
- Height: 92 feet
- Draft, Maximum (Full Load): 12.57 feet
- Displacement (Full Load): 2755.8 tons
- Displacement (Light Ship): 1818.8 tons
- Deadweight: 936 tons
- Propulsion: Four (4) Wartsila 48,800 HP Waterjets
- Shore Power Requirement: 450 VAC, 60 Hz, 3-phase, ungrounded. Two 400-
amp shore power cables for one ship. Shore power available via pier risers
- Stern Ramp Requirement: Laydown area 40’ on pier aft of the vessel’s starboard
quarter or directly aft of the vessel within 52 feet of the vessels transom for a
perpendicular pier lay down.
- Planned Number of Ships Available for Long Term Berthing: 10 Ships
- Number of Ships Berthed at Single Location: 2 Ships minimum
- Length of Lay Up: 5-years
- Crew size: 11 Civilian Mariners
- Required Depth at Berth: 22 feet
This sources-sought announcement is a tool to identify businesses with the capability to
accomplish the work outlined below and to conduct market research. This is not a
solicitation. Respondents will likely not have experience in all areas listed below. Please
provide responses to this source sought notice for all areas listed below that the
respondent has demonstrated knowledge, skills, and expertise in:
1) Provide business and contact information:
a. Company Name.
b. Company Website and Contact Information.
c. Primary Point of Contact Information.
2) Mandatory Items (required upon vessel arrival to layberth facility):
a) Berth requires minimum 440 feet linear space to adequately moor each vessel and
allow for stern ramp operation to the pier; multiple vessels may overlap mooring
area as approved by MSC.
b) Capability to safely moor EPF both Port and Starboard side to the pier. Requires
adequate space, without obstruction to deploy stern ramp (to pier or barge) when
vessel is moored either Port or Starboard side to the pier.
i) Provide layberth location, pier length/width, pier number and/or name, street
address, city, and state.
c) Minimum 22.7 feet water depth at Mean Lower Low Water (At mooring berth and
through vessel transit path to layberth facility).
d) Four (4) netless pneumatic fenders or low-reaction foam-filled fenders per vessel
are preferred. Buckling fender systems are not suitable (Section 5.8.3 of PWS
refers). Fenders may be available via government to support requirement.
e) Pier Services:
i) Garbage/Dumpster Service pick-up weekly or as required.
ii) Potable water
iii) Pier side sewage receptacle tank and/or pick-up service weekly or as required
if ship is not permitted to use the Marine Sanitation Device.
iv) Pier side oily waste tank and/or pick-up service as required.
v) Reliable source of electrical power at a minimum capacity of 800 amps at 450
Volts. Two (2) 400 amp shore power cables, per vessel, are required to be
furnished by the contractor, to connect the pier side substation secondary to
the ship’s shore power connection.
vi) Minimum of 30Mbps commercial internet access which is able to support 20
concurrent users with 99% service availability (via Point to Point or Wireless
Broadband connections).
vii) Capability to conduct fueling operations pier side (via truck or barge) as
required.
viii) Access to ship via brow (brow provided by ship).
ix) Parking within pier area or within a short walk (paved parking preferred and
lighted for crew safety)
x) Bonded guard(s), on a 24-hour, seven-day a week basis. A guard is required
at the layberth Access Control Point (ACP).
xi) Harbor security, force protection and waterfront access control (As requested
by government)
f) Access to ship via brow (brow provided by ship).
g) Parking within pier area or within a short walk (paved parking preferred and
lighted for crew safety)
h) Bonded guard(s), on a 24-hour, seven-day a week basis. A guard is required at
the layberth Access Control Point (ACP).
i) Harbor security, force protection and waterfront access control (As requested by
government)
3) Facilities:
a. Pier-side Layberth Locations – Provide details on the available pier or quay
space, number of vessels that pier could support, available services (shore
power, security, etc.), plan to support vessel during heavy weather and any
known restrictions with water depth, air draft, etc. Diagram of proposed
location indicating location, type, and capacity of pier fittings and type,
size, and position of net-less fenders to limit hull pressure to 10.3 psi during
heavy weather. Note: nesting of aluminum vessels will not be acceptable to
the government.
b. Engineered Ship Enclosure – There is an interest in using an engineered
enclosure for protecting the ship from the elements at the layberth location.
The aluminum hull is susceptible to corrosion, sensitization, and freezing
conditions. Provide details and examples of structures, devices, or
coverings that would be equivalent to what would be required to protect the
ship. Examples can include superstructure, deck/flight deck, side shell, and
full-ship protection (to include minimizing/mitigating underwater hull
growth).
4) Services:
a) Layberth Planning and Execution – Placing ROS ships in a condition that will
ensure reliability of all systems upon reactivation is a recognized challenge.
Systems and equipment must be methodically laid up and/or protected with a plan
to maintain the same level of protection throughout the layberth period. American
Bureau of Shipping (ABS) Class Certifications must be managed as well as the
performance of routine. Provide examples of ship support that your company has
been involved in relating to vessels moored at a pier side location (or in a ROS
condition) for long periods of time (6-months or more). Detail your company’s role
and responsibilities. Provide examples of any activating ships from your facility.
b) Dehumidification Design/Implementation – One area of particular concern deals
with designing and implementing a coordinated dehumidification plan for all
internal spaces. Provide examples of ship dehumidification plans that your
company has developed and executed. Detail the methodologies, equipment, and
any industry standards/guidance documents utilized.
5) Budgetary Cost Estimates:
a) Provide rough-order cost information for all areas that responses have been
provided and for mandatory items required upon vessel arrival to layberth. This
cost information will assist with budgetary estimates and planning. Breakdown
costs to the lowest level possible.
6) Capability statement: expressing interest in this requirement describing your company
and its capability to complete all or part of a project of this scope and magnitude
(current or past technical experience). Include a statement detailing any special
qualifications, certifications, and facilities applicable to the scope of this project that
are held by your firm and/or in-house personnel. Include details of any similar projects
with descriptions.
Include details of number of vessels that your facility can support.
7) Cage Code.
8) Reference list for each of the projects submitted in 4) above:
Include the point of contact, title, phone number and email address.
Your response to this notice must be received on or before 4:00pm EDT on 19 JUN 2024.
Attachments/Links
Contact Information
Primary Point of Contact
- Samantha Frederick
- samantha.t.frederick.civ@us.navy.mil
- Phone Number 757-341-5737
Secondary Point of Contact
- Alvinia R. Jenkins
- alvinia.r.jenkins.civ@us.navy.mil
- Phone Number 757-443-5881
History
- Jul 09, 2024 11:55 pm EDTSpecial Notice (Updated)
- Jun 18, 2024 03:31 pm EDTSpecial Notice (Updated)
- Jun 07, 2024 08:48 am EDTSpecial Notice (Updated)
- Jun 03, 2024 04:12 pm EDTSpecial Notice (Original)