SOLICITATION NOTICE
B -- Pakistan - Biomass Power Plant and Waste Heat Recovery for Cement Producer
- Notice Date
- 11/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- United States Trade and Development Agency, USTDA, USTDA, 1000 Wilson Boulevard, Suite 1600, C/O US TDA 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia, 22209-3901
- ZIP Code
- 22209-3901
- Solicitation Number
- 2012-31033A
- Archive Date
- 1/5/2013
- Point of Contact
- Anthony O'Tapi, Phone: 703-875-4357
- E-Mail Address
-
aotapi@ustda.gov
(aotapi@ustda.gov)
- Small Business Set-Aside
- N/A
- Description
- POC: Anthony O'Tapi, USTDA 1000 Wilson Boulevard, Suite 1600 Arlington, VA 22209-3901 Tel: (703) 875-4357 Fax: (703) 875-4009 Proposal Submission Place: Syed Mazher Iqbal Managing Director and CEO Pioneer Cement Limited 135-Ferozpur Road Lahore, Pakistan Phone: (92 42) 37503570-72 The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms that are qualified on the basis of experience and capability to develop a feasibility study to assess the technical and economic viability of incorporating a 35-50 MW biomass-fired power plant, a 5-7 MW waste heat recovery (WHR) unit, and energy efficiency upgrades to mitigate or reduce dependence on unreliable grid power at a major private sector cement plant in Pakistan. Pioneer Cement Limited (PCL) (the "Grantee") is a publicly traded Pakistani cement and concrete producer and owns the cement plant located at Chenki in District Khusshab, Punjab Province, which is the focus of this feasibility study. The plant is equipped with two cement production lines with a total production capacity of 6,200 tons clinker per day. PCL's production costs are rising, particularly in terms of fuel and power. As a result, PCL is intent on maximizing production capacity utilization, maintaining quality, and reducing its cost of production. The selected Contractor will conduct a feasibility study to determine the viability of incorporating the above-referenced biomass-fired power plant, WHR unit, and energy efficiency upgrades in order to assist the Grantee with its energy efficiency goals. The Grantee is planning to implement the biomass-fired power plant to meet the cement plant's internal demand, with any surplus energy being sold to the National Transmission & Despatch Company (NTDC). The preferred fuel is agricultural waste residues such as rice husks and wheat straw. The feasibility study will also analyze the installation of a WHR unit to further reduce the cost of production by capturing the waste heat from the pre-heater and the grate cooler area of its larger kiln. In addition, the Grantee plans to replace old equipment that has reached its useful life or become inefficient with energy efficient equipment. These systems may include compressors, grinding mills, cement mills, pumps, dust collection motors, and filter fans. The Contractor will also conduct an energy audit as part of this activity to determine replacement costs and the availability of energy efficient motors. The U.S. firm selected will be paid in U.S. dollars from a $769,000 grant to the Grantee from the U.S. Trade and Development Agency (USTDA). A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and portions of a background definitional mission report are available from USTDA, at 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. To request the RFP in PDF format, please go to: https://www.ustda.gov/businessopps/rfpform.asp Requests for a mailed hardcopy version of the RFP may also be faxed to the IRC, USTDA at 703-875-4009. In the fax, please include your firm's name, contact person, address, and telephone number. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want USTDA to use an overnight delivery service should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to USTDA to retrieve the RFP should allow one hour after faxing the request to USTDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Please check your internal fax verification receipt. Because of the large number of RFP requests, USTDA cannot respond to requests for fax verification. Requests for RFPs received before 4:00 PM will be mailed the same day. Requests received after 4:00 PM will be mailed the following day. Please check with your courier and/or mail room before calling USTDA. Only U.S. firms and individuals may bid on this USTDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under USTDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the USTDA-financed activity, must continue to meet such requirements throughout the duration of the USTDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from the host country for up to 20 percent of the USTDA grant amount. Details of USTDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Proposal in English directly to the Grantee by 5:00 pm on December 21, 2012 at the above address. Evaluation criteria for the Proposal are included in the RFP. Price will not be a factor in contractor selection, and therefore, cost proposals should NOT be submitted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee also reserves the right to contract with the selected firm for subsequent work related to the project. The Grantee is not bound to pay for any costs associated with the preparation and submission of Proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TDA/TDA1/TDA1/2012-31033A/listing.html)
- Record
- SN02924545-W 20121107/121105234249-1713448bf0fa24889f382d57b179b24b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |