Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 6,1999 PSA#2449

Supply Department Indian Head Division, Naval Surface Warfare Center, 101 Strauss Ave, Indian Head, MD 20640-5035

99 -- DEVELOPMENT OF A NITRAMINE INTERMEDIATES FACILITY SOL N00174-00-R-0001 POC Donna M. Chaney (301) 744-6656, Fax 6547 IMPORTANT NOTICE: To register for this solicitation, you must email the following directly to Donna Chaney at Chaneydm@ih.navy.mil: Solicitation Number (in subject line of your email); Name of the requestor, Organization name, address, telephone and fax numbers; and your E-mail Address. Use your email read notification feature to confirm the contract specialist's receipt of your registration. The government is not responsible for any undelivered e-mail transmissions. It's the requestor's responsibility to periodically check the IHDIV Contracts Division website for current status of solicitation and amendments. Once the solicitation has been issued on the Internet, the contract specialist will send an e-mail message to the registered requestors informing them that the solicitation is now available for downloading off the Internet. Copies of issued solicitations can only be obtained by downloading them from the IHDIV Contracts Division website at http://www.ih.navy.mil/contracts (copies of solicitations will not be e-mailed, faxed, mailed, or provided in person, these types of requests WILL NOT BE ACKNOWLEDGED.) NOTE: All offerors will be ineligible for award unless they have registered in DOD's Central Contractor Registration database. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. This requirement will be available for downloading from our website beginning approximately 19 October 1999. Prior to this date you will not be able to access this solicitation. This effort provides for the development of a nitramine intermediates facility. (NIF) the NIF will interface with a continuous processing facility; therefore the NIF must manufacture a product suitable for use in a twin screw extruder. The baseline architecture for the NIF will include equipment for liquid and solid raw materials handling, product collection/take away/storage, and process stream recovery and treatment. The contract baseline has four phases. Phase I is baselined at 5 months for concept development requirements analyses, system definition, risk mitigation and planning for phase II. Phase II is baselined at 10 months for detailed engineering design. Phase III is baselined at 24 months for facility construction. Phase IV is baselined at 5 months for start-up, testing, training and station integration. The objective of phase I is to perform necessary concept validation analyses, systems definition, risk mitigation and planning to enter phase ii detailed engineering design. Submission of sample material, made by the validated production concept, which satisfies system requirements document material characteristics is expected. Phase II will mature the efforts of phase I into a cohesive package suitable for plant reaction. Phase II is contingent upon the feasibility of phase I and, if applicable, a contractual license agreement and/or the acquisition of data rights between IHDIV and the offeror. Phase III will focus on facility erection based on the approved designs and plans developed in phase II. Phase IV will validate the NIF and facilitate a controlled assumption of responsibility for the new processes and equipment. The offeror's submitted proposal shall comply with the SOO/SRD. A pre-proposal conference and site visit shall be conducted after issuance of the solicitation, further details will be provided in the solicitation. Any solicitation materials not made available electronically in the solicitation shall be provided during the pre-proposal conference. Source selection shall be based on best value criteria. The evaluation factors for source selection in order of importance are: 1. Offeror Submission Acceptability; 2. Offeror Promised Value, i.e., Technical Proposal and Statement of Work. 3. Offeror Capability to include Past Performance; 4. Cost/Price. Posted 10/04/99 (W-SN388121). (0277)

Loren Data Corp. http://www.ld.com (SYN# 0271 19991006\99-0003.SOL)


99 - Miscellaneous Index Page