Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2018 FBO #5924
SPECIAL NOTICE

Y -- Design, Construction and Commissioning of NC Facility at RFAAP

Notice Date
2/9/2018
 
Notice Type
Special Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
RFI-RFAAP-NCFACILITY
 
Archive Date
3/24/2018
 
Point of Contact
Jeremie P. Garrow, Phone: 3097823576
 
E-Mail Address
jeremie.p.garrow.civ@mail.mil
(jeremie.p.garrow.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1.1 The Army Contracting Command at Rock Island (ACC-RI) in support of the Program Executive Office Ammunition (PEO AMMO), Project Director Joint Services (PD JS) is issuing this Request for Information (RFI) to obtain information from industry regarding the ability to manage and execute large scale chemical/pharmaceutical plant construction to complete the design, construction and commissioning of a new nitrocellulose (NC) production facility at the Radford Army Ammunition Plant (RFAAP). 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website (http://www.fedbizoppsgov.com/). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 1.3 The intent of this RFI is to obtain information regarding the ability to execute a project to complete the design, construction and commissioning of a new NC facility with a 20 million lbs of nominal NC production capacity at RFAAP. For purposes of the White Paper response requested in the following paragraphs, assume a design that is approximately 75% of a fully complete level and construction that is at approximately 25% of a fully complete level. The new NC facility consists of a cutter warehouse building, an acid tank farm, a nitration building, a stabilization building, a dewatering and packout building, and an administrative building that includes the laboratory and offices. The completed new NC facility shall consist of two separate trains with capability to produce a total of 20 million pounds of NC (dry weight) annually on a 3 shifts/8 hour days/5 days per week (3/8/5) shift basis with a surge capacity to produce an additional 8-million pounds annually on a 3 shifts/8 hour days/7 days per week (3/8/7) shift basis. The facility shall be fully functional, meet all environmental, safety and other regulatory requirements, and capable of producing all grades and types of NC as specified in MIL-DTL-244C, Amendment 1 using sheeted wood pulp and/or sheeted cotton linters. 1.4 Interested contractors with the capability as described herein are requested and encouraged to respond to this RFI with a white paper. 1.4.1 White paper shall be in Microsoft Word for Office 2013 compatible format and submitted via email to jeremie.p.garrow.civ@mail.mil no later than 10:00am CT on 9 March 2018. 1.4.2 White paper shall provide contractor's capability statements that contain, in respective order: • Contractors' name, address, points of contact with telephone numbers and e-mail addresses. • Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) and NAICS code designations shall be indicated on the first page of submission. • Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars) • Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. • Capability statement shall include as a minimum: - Experience in design, construction and commissioning of large scale chemical/pharmaceutical process facilities in and around acid and propellant/energetics environments - Experience in the management of design, construction and commissioning of large scale chemical/pharmaceutical process facilities in and around acid and propellant/energetics environments - Past performance in the design, construction and commissioning of large chemical/pharmaceutical facilities in and around acid and propellant/energetics environments 1.5 All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f60b912baf74b4dad4883ad0c1a2f5cb)
 
Place of Performance
Address: Radford Army Ammunition Plant, Radford, Virginia, 24141-1000, United States
Zip Code: 24141-1000
 
Record
SN04818255-W 20180211/180209230930-f60b912baf74b4dad4883ad0c1a2f5cb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.