Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27, 2000 PSA #2715
SOLICITATIONS

B -- NIGERIA: PREMIUM GASOLINE AND AVIATION FUEL FEASIBILITY STUDY

Notice Date
October 25, 2000
Contracting Office
USTDA, 1621 N. Kent Street, Suite 200, Arlington, VA 22209-2131
ZIP Code
22209-2131
Response Due
December 15, 2000
Point of Contact
Evangela Kunene, USTDA Tel: (703) 875-4357, Fax: (703) 875-4009
Description
Dr. W.O. Ayangbile, Managing Director, Warri Refining and Petrochemical Company Limited, Epan-Warri, P.M.B. 44, Effurun, Nigeria, Phone: (234-53) 250-812 Fax: (234-53) 252-535 B -- Nigeria: Premium Gasoline and Aviation Fuel Feasibility Study POC Evangela Kunene, USTDA, 1621 N. Kent Street, Suite 200, Arlington, VA 22209-2131, Tel: (703) 875-4357, Fax: (703) 875-4009. Nigeria: Premium Gasoline and Aviation Fuel Feasibility Study. The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms which are qualified on the basis of experience and capability to develop a feasibility study for a premium gasoline and aviation fuel project in Nigeria. As part of Nigeria's efforts to upgrade its domestic energy industries to provide fuels needed for economic growth, the Warri Refining and Petrochemical Company Limited (WRPC) is seeking to modernize and rehabilitate its facilities. In 1987, WRPC's fuels plant processed crude oil at the rate of 17,000 metric tons per day. However, this plant was operated at below 50 percent of its capacity in 1999 for various reasons including inadequate turnaround maintenance and possibly a declining market for some of its current products like regular gasoline and household kerosene. In order to begin production of premium grade gasoline, WRPC plans to upgrade its naphtha catalytic reforming unit and install an isomerization unit for light naphtha. The non-operational kerosene hydrotreater must be replaced to produce jet fuels. As planned, these upgraded facilities will be installed within the existing fuels plant so that they can be operated at the design capacity of the plant. A critical unit in the fuels plant is the fluid catalytic cracker, which processes middle distillates to produce a significant amount of regular gasoline and the feedstocks used by WRPC for producing carbon black and polypropylene at neighboring facilities. While the production of both carbon black and polypropylene has been affected by low capacity utilization at the fuels plant, the performance of the carbon black plant has also been limited due to the existence of only one bulk-handling train for transporting carbon black from the oil furnaces or reactors. WRPC plans to install two more bulk-handling trains in order to increase the on-stream availability of the carbon black plant. WRPC has requested assistance from the U.S. Trade and Development Agency (TDA) to fund a technical and economic feasibility study of the proposed components of the major capital project. The study is required to help WRPC decide on the most promising future course of action for improving both its operations and profitability in the following years. The study will commence with a detailed market analysis and identification of several alternative techniques in which the project could be implemented. These activities will be followed by detailed analysis of the technical and economic aspects of the selected alternatives to determine the most feasible sizes and configuration of the units required to be installed in the project. An initial environmental assessment of the project would also be made in order for the study to recommend a suitable plan for financing and implementing the project. The following tasks will be completed in a six-month period: 1) market analysis, 2) identification of project alternatives, 3) techno-economic analysis, 4) initial environmental impact assessment, and 5) implementation/financing plan and submission of final report. The U.S. firm selected will be paid in U.S. dollars from a $360,000 grant to the Grantee from TDA. A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and a background definitional mission report are available from TDA, at 1621 N. Kent Street, Suite 200, Arlington, VA 22209-2131. Requests for the RFP should be faxed to the IRC, TDA 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 TDA 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 TDA to retrieve the RFP should allow one hour after faxing the request to TDA 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, TDA 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 mailroom before calling TDA. Only U.S. firms and individuals may bid on this TDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under TDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the TDA-financed activity, must continue to meet such requirements throughout the duration of the TDA-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 TDA grant amount. Details of TDA'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 1:00 P.M., Friday, December 15, 2000 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.
Record
Loren Data Corp. 20001027/BSOL002.HTM (W-299 SN5051A8)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on October 25, 2000 by Loren Data Corp. -- info@ld.com