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