GTS ADMIRAL WM. M. CALLAGHAN

ACTIVATION SPECIFICATION

Keystone Shipping Company

One Bala Plaza East

Suite 600

Bala Cynwyd, PA 19004-1496

LIST OF REVISIONS

0Original IssueFebruary 26, 1999

GTS ADMIRAL CALLAGHANACTIVATION SPECIFICATIONPage 1

TABLE OF CONTENTS

I.INVITATION FOR BID (IFB) ...... ………..1

II.PREAMBLE TO SPECIFICATIONS...... ……18

III.GENERAL CONDITIONS AND NOTES...... 20

IV.DESCRIPTION OF VESSEL...... …………...21

V.SPECIFICATION ITEMS...... ……………….22

001Skilled Labor...... ……………………..22

002Unskilled Labor...... …………………..22

003Electricians...... ……………………….22

004Gas Free Certificate...... ……………...22

005Fire Protection and Fire Watch...... …..23

006Garbage and Debris Removal...... ……23

007Sanitary Facilities Aboard...... ………..23

008Oil Boom...... …………………………23

009Stack Cover Removal...... …………….24

VIADDITIONAL WORK ITEMS...... ………….24

APPENDICES...... ……………………………………27

APPENDIX A – Trials and Tests

APPENDIX B – Lubrication Chart

APPENDIX C – Reference Plans and Drawings

APPENDIX D – Activation Cost Estimate

Rev 0Keystone Shipping Company

GTS ADMIRAL CALLAGHANACTIVATION SPECIFICATIONPage 1

I.INVITATION FOR BID (IFB)

See "STANDARD FORM 33" on page 2.

See SECTIONS "B-M" on Pages 2-18

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

All CLINS to be priced in accordance with descriptions/specifications/work statements in Attachment J5

ITEMUNIT

No.SUPPLIES/SERVICEQTYUNITPRICEAMOUNT

0001Skilled Labor 1 JOB$ $

0002Unskilled Labor 1 JOB$ $

0003Electricians 1 JOB$ $

0004Gas Free Certificate 1 JOB$ $

0005Fire Protection and Fire Watch 1 JOB$ $

0006Garbage and Debris Removal 1 JOB$ $

0007Sanitary Facilities Aboard 1 JOB$ $

0008Oil Boom 1 JOB$ $

0009Stack Cover Removal 1 JOB$$

SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

SEE SECTION J - ATTACHMENT J5 FOR DETAILED SPECIFICATIONS.

SECTION D - PACKING AND MARKING

No additional clauses to the Master Lump Sum Repair Agreement (MLSRA).

SECTION E - INSPECTION AND ACCEPTANCE

E.1American Bureau of Shipping Material Certificates

Maritime Administration ships are classed by the American Bureau of Shipping (ABS). All material furnished or installed under this contract shall conform to the highest standards of the ABS. The Contractor shall furnish certificates of ABS examination and approval for all such material to the Contracting Officer or COTR prior to commencement of work authorized by this contract.

SECTION F - DELIVERIES OR PERFORMANCE

F.1Specified Delivery Point

CLINDELIVERY POINT

0001 COTR Onboard Vessel

Prior to Redelivery

F.2FAR 52.212-1 Time of Delivery (APR 1984)

The Government requires delivery to be made according to the following schedule:

REQUIRED DELIVERY SCHEDULE

CONTRACT LINE ITEM NUMBERWITHIN 120 RUNNING HOURS AFTER THE DATE OF

(CLIN) SECTION BRECEIPT OF A WRITTEN NOTICE TO PROCEED.

0001 120 RUNNING HOURS

TOTAL PERFORMANCE PERIOD:NOT TO EXCEED 120 RUNNING HOURS

The Government will evaluate equally, as regards to time of delivery, offers that propose delivery within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered non-responsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than that required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply.

OFFEROR'S PROPOSED DELIVERY SCHEDULE

CONTRACT LINE ITEM NUMBERWITHIN RUNNING HOURS AFTER THE DATE OF

(CLIN) SECTION BRECEIPT OF A WRITTEN NOTICE TO PROCEED.

0001WITHIN RUNNING HOURS

SECTION F - DELIVERIES OR PERFORMANCE (Continued)

F.3Liquidated Damages--Supplies, Services, or Research and Development FAR 52.212-4 (APR 1984)

a)If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, or any extension, the Contractor shall, in place of actual damages, pay to the Government as fixed, agreed, and liquidated damages, for each calendar day of delay the sum of $ per day.

b)Alternatively, if delivery or performance is so delayed, the Government may terminate this contract in whole or in part under the Default--Fixed--Price Supplies and Services clause in this contract and in that event, the Contractor shall be liable for fixed, agreed and liquidated damages accruing until the time the Government may reasonably obtain delivery or performance of similar supplies or services. The liquidated damages shall be in addition to excess costs under the Termination clause.

c)The Contractor shall not be charged with liquidated damages when the delay in delivery or performance arises out of causes beyond the control and without the fault or negligence of the Contractor as defined in the Default--Fixed--Price Supplies and Services clause in this contract.

(END OF CLAUSE)

SECTION G - CONTRACT ADMINISTRATION DATA

G.1Assigned Contracting Officer

The assigned Contracting Officer for this solicitation/contract is:

G.2Assigned Contracting Officer's Technical Representative (COTR)

The COTR for this contract shall be assigned, by letter/and or modification, by the Contracting Officer at the time of contract award.

SECTION H - SPECIAL CONTRACT REQUIREMENTS

H.1Requirement of Offeror(s) Who are Non-Holders of the MLSRA

In the event a bidder has not executed the MLSRA and wishes to respond to this solicitation, it may do so provided it indicates in writing that all terms and conditions of the Agreement apply to its bid, and provides acceptance of the MLSRA with the solicitation document and provides all annual representation and certifications as required in the MLSRA and in Section K of this solicitation. Failure to agree to the terms and conditions of the MLSRA and/or failure to provide annual representations and certifications changes as required may result in a determination of non-responsiveness.

NOTE:All terms, conditions, articles, and referenced documents and clauses of the Maritime Administration Master Lump Sum Repair Agreement (MLSRA), dated 02-19-88 through and including modification number 0014, shall be considered part of this contract. (Actual copies of the MLSRA are not included herein; contact the individual listed in Block 10 of the SF-33 for more information, if necessary.)

SECTION I - CONTRACT CLAUSES

I.1Clauses Incorporated by Reference, FAR 52.252-2 (APR 1984)

This contract incorporates the following clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.

AVAILABILITY OF FUNDSFAR 52.232-18 (APR 1984)

SECTION J - LIST OF ATTACHMENTS

ATTACHMENT J1 -MLSRA (Through Modification 0014) shall be considered to be incorporated herein.

ATTACHMENT J2 -RESERVED

ATTACHMENT J3 -RESERVED

ATTACHMENT J4 -RESERVED

ATTACHMENT J5 -Activation Specifications for GTS ADMIRAL CALLAGHAN

ATTACHMENT J6 -OMB Standard Forms LLL and LLL-A

ATTACHMENT J7 -MARAD Coating Guidelines - Appendix A dated 10/25/93

ATTACHMENT J8 -LIST OF DELIVERABLES

SECTION K - REPRESENTATIONS CERTIFICATIONS AND OTHER STATEMENTS OF OFFERS

This contract incorporates the following provision by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make the full text available.

FAR 52.203-11 Certification and disclosure regarding payments to influence certain federal transactions (APR 1991).

K.1"Annual Representations and Certifications - Sealed Bidding" 52.214-30 (DEC 1989)

1.The bidder certifies that annual representations and certifications

(check the appropriate block):

 (a)Dated __-__-__ (insert date of signature of submission), which are incorporated herein by reference, have been submitted to the contracting office issuing this solicitation and that the submittal is current, accurate, and complete as of the date of this bid, except as follows (insert changes that affect only this solicitation; if "NONE," so state):

 (b)Are enclosed.

NOTE: Annual Representations and Certifications shall be in effect from date of award of MLSRA through December 31, 1995.

2.If either of the events listed above have occurred or changes have been provided, the bidder shall resubmit Article 49 (Representations and Certifications) to the following address:

Maritime Administration

Office of Acquisition

Division of Marine Acquisition

MAR-383, Room 7310

400 Seventh Street, S.W.

Washington, D.C. 20590

NOTE:Changes provided in submission of this bid are in effect for this instant solicitation only.

3.Failure to submit the annual or changed representations and certifications for this solicitation may result in rejection of the bid.

K.2Small Business Concern Representation

The following provision is in addition to FAR 52.219-19

SMALL BUSINESS CONCERN REPRESENTATION FOR THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM (JUL 1991)

(a)Definition: "Emerging small business", as used in this solicitation, means a small business concern whose size is no greater than 50 percent of the numerical size standard applicable to the standard industrial classification code assigned to a contracting opportunity.

(b)Complete only if Offeror has certified itself under the provision at FAR 52.219-1 as a small business concern under the size standards of this solicitation.

The Offeror represents and certifies as part of its offer that it _____IS, _____IS NOT an emerging small business.

(c)Complete only if the Offeror is a small business or an emerging small business, indicating its size range.

Offeror's number of employees for the past 12 months (check this column if size standard stated in solicitation is expressed in terms of number of employees) or Offeror's average annual gross revenue for the last three fiscal years (Check this column if size standard stated in solicitation is expressed in terms of annual receipts). Check one of the following:

No. of EmployeesAvg. Annual Gross Revenues

_____50 or fewer_____$1 million or less

_____51 - 100_____$1,000,001 - $2 million

_____101 - 250_____$2,000,001 - $3.5 million

_____251 - 500_____$3,500,001 - $5 million

_____501 - 750_____$5,000,001 - $10 million

_____751 - 1,000_____$10,000,001 - $17 million

_____Over 1,000_____Over $17 million

K.3FAR 52.203-8 Requirement for Certificate or Procurement Integrity (NOV 1990)

(a)Definitions. The definitions at FAR 3.104-4 are hereby incorporated in this provision.

(b)Certifications. As required in paragraph (c) of this provision, the officer or employee responsible for this offer shall execute the following certifications:

CERTIFICATE OF PROCUREMENT INTEGRITY

1.I, (Name of certifier), am the officer or employee responsible for the preparation of this offer and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this certificate, I have no information concerning a violation or possible violation of subsection 27(a), (b), (d), or (f) of the Office of Federal Procurement Policy Act, as amended* (41 U.S.C. 423) hereinafter referred to as "the Act" as implemented in the FAR, occurring during the conduct of this procurement DTMA______(Solicitation number).

2. As required by subsection 27(e) (1) (B) of the Act, I further certify that, to the best of my knowledge and belief, each officer, employee, agent, representative, and consultant of (name of offeror) who has participated personally and substantially in the preparation or submission of this offer has certified that he or she is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any information concerning a violation or possible violation of subsections 27 (a), (b), (d) or (f) of the Act, as implemented in the FAR, pertaining to this procurement.

3.Violations or possible violations: (Continue on plain bond paper if necessary and label Certificate of Procurement Integrity Continuation Sheet). ENTER "NONE" IF NONE EXISTS.

4.I agree that, if awarded a contract under this solicitation, the certificate required by subsection 27 (e) (1) (B) of the Act shall be maintained in accordance with paragraph (f) of this provision.

TYPED NAME OF OFFICER OR EMPLOYEE RESPONSIBLE FOR OFFER

DATESIGNATURE OF THE OFFICER OR EMPLOYEE RESPONSIBLE FOR THE OFFER

* Subsections 27 (a), (b) and (d) are effective on December 1, 1990.

* Subsection 27 (f) is effective on June 1, 1991.

K.3FAR 52.203-8 Requirement for Certificate or Procurement Integrity (NOV 1990) (Continued)

THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001.

(END OF CERTIFICATION)

(c)(1)For procurements using sealed bidding procedures, the signed certifications shall be submitted by each bidder with the bid submission except for procurements using two-step sealed bidding procedure (see Subpart 14.5). For those procurements, the certifications shall be submitted with submission of the two step sealed bids. A certificate is not required for indefinite delivery contracts (see Subpart 16.5) unless the total estimated value of all orders eventually to be placed under the contract is expected to exceed $100,000.

(2)For contracts and contract modifications which include options, a certificate is required when the aggregate value of the contract or contract modification and all options (see 3.104-4(e) exceeds $100,000.

(3)Failure of a bidder to submit the signed certificate with its bid shall render the bid non-responsive.

(d)Pursuant to FAR 3.104-9(d), the Offeror may be requested to execute additional certifications at the request of the Government. Failure of an Offeror to submit the additional certifications shall cause its offer to be rejected.

(e)A certification containing a disclosure of a violation or possible violation will not necessarily result in the withholding of award under this solicitation. However, the Government, after evaluation of the disclosure, may cancel this procurement or take any other appropriate actions in the interests of the Government, such as disqualification of the Offeror.

(f)In making the certification in paragraph (2) of the certificate, the officer or employee of the competing contractor responsible for the offer may rely upon a one time certification from each individual required to submit a certification to the competing contractor, supplemented by periodic training. These certifications shall be obtained at the earliest possible date after an individual required to certify begins employment or association with the contractor. If a contractor decides to rely on a certification executed prior to the suspension of section 27 (i.e., prior to December 1, 1989), the Contractor shall ensure that an individual who has so certified is notified that section 27 has been reinstated. These certifications shall be maintained by the contractor for 6 years from the date of certifying employee's employment with the company ends or, for an agent, representative, or consultant, 6 years from the date such individual ceases to act on behalf of the Contractor.

(g)Certifications under paragraph (b) and (d) of this provision are material representations of fact upon which reliance will be placed in awarding a contract.

(END OF PROVISION)

K.4Place of Performance - Sealed Bidding FAR 52.214-14 (APR 1985)

(a)The bidder, in the performance of any contract resulting from this solicitation, INTENDS_____, DOES NOT INTEND_____ to use one or more plants or facilities located at a different address from the address of the bidder as indicated in this bid.

(b)If the bidder checks "INTENDS" in paragraph (a) above, he shall insert in the spaces provided below the required information.

Place of Performance (Street Address, City, Name and Address of Owner and Operator

County, State, Zip Code)of Plant of Facility if Other Bidder

(END OF PROVISION)

K.5FAR 52.219-1 Small Business Concern Representation (JAN 1991)

(a)Representation. The offeror represents and certifies as part of its offer that IT IS_____, IS NOT_____ a small business concern and that ALL_____, NOT ALL_____ end items to be furnished will be manufactured or produced by a small business concern in the United States, its territories or possessions, or Puerto Rico, or the Trust Territory of the Pacific Islands.

(b)Definition. "Small business concern," as used in this provision, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.

(c)Notice. Under 15 USC 645 (d), any person who misrepresents a firm's status as a small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to sections 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal Law that specifically references section 8(d) for a definition of program eligibility, shall -

(1)Be punished by imposition of fine, imprisonment, or both;

(2)Be subject to administrative remedies, including suspension and debarment; and

(3)Be ineligible for participation in programs conducted under the authority of the Act.

K.6FAR 52.204-3 Taxpayer Identification (SEPT 1992)

(a)Taxpayer Identification Number (TIN).

[ ]TIN:

[ ]TIN has been applied for.

[ ]TIN is not required because:

[ ]Offeror is a nonresident alien, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U.S. and does not have an office or place of business or a fiscal paying agent in the U.S.;

[ ]Offeror is an agency or instrumentality of a foreign government;

[ ]Other. State Basis.

(b)Corporate Status.

[ ]Corporation providing medical and health care services, or engaged in the billing and collecting of payments for such services;

[ ]Other corporate entity;

[ ]Not a corporate entity:

[ ]Sole Proprietorship

[ ]Partnership

[ ]Hospital or extended care facility described in 26 CFR 501 (c) (3) that is exempt from taxation under 26 CFR 501 (a).

(c)Common Parent.

[ ]Offeror is not owned or controlled by a common parent as defined in paragraph (a) this clause.

[ ]Name and TIN of common parent:

Name:

TIN :

(END OF PROVISION)

K.7Federal Procurement Data

Each Contractor receiving an award over $25,000 will be requested to provide the following as set forth below:

(a)DUNS Identification Number:

(This number is assigned by DUN and Bradstreet, Incorporated, and is contained in that company's Data Universal Numbering System (DUNS). If the number is not known, it can be obtained from the local DUN and Bradstreet office. If no number has been assigned by DUN and Bradstreet, insert the word NONE.)

(b)Home Office County and Congressional District:

(c)Congressional District of principal place of performance (if other than (b) above):

SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS

L.1Requests for Explanation or Information

Oral or written requests for explanations or information regarding this solicitation should be directed to:

L.2Preparation of Offers

(a)By signing and completing the Standard Form 33, "Solicitation, Offer and Award" (labeled Part 1) and completing Section K, "Representations Certifications and Other Statements of Offerors", the bidder constitutes his/her acceptance of the terms and conditions of this solicitation. Upon completion, the offer must be submitted as specified in paragraph L.3, herein. This same document (solicitation/offer) becomes the vehicle for execution of the Contract when the Standard Form 33 is signed and dated by the Contracting Officer.

(b)Offerors are expected to examine the entire solicitation document (Parts I, II, III and IV) and the MLSRA dated 02-19-88, including all modifications through 0014 dated 07-14-94. Failure to do so will be at the offeror's risk.

(c)Each offeror shall furnish the information required by the solicitation (Parts I, II, III and IV). The offeror shall sign the solicitation and print or type its name on the Standard Form 33, Labeled Part I, Blocks 15, 16, and 17. Erasures or other changes must be initialed by the person signing the offer. Offers signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office.