Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2004 FBO #0807
SOLICITATION NOTICE

B -- B: Uganda ? Sukulu Hills Phosphate Project Feasibility Study

Notice Date
2/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
United States Trade and Development Agency, TDA, USTDA, 1000 Wilson Boulevard, Suite 1600, C/O US TDA 1000 Wilson Boulevard, Suite 1600, Arlington, VA, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
Reference-Number-03-10009B
 
Response Due
3/31/2004
 
Archive Date
4/15/2004
 
Point of Contact
Evangela Kunene, Procument Data Manager, Phone 703-875-4357, Fax 703-875-4009,
 
E-Mail Address
ekunene@tda.gov
 
Description
POC: Evangela Kunene, Procurement Data Manager, Tel: 703-875-4357, Fax: 703-875-4009, E-mail: ekunene@tda.gov : PLEASE DO NOT CONTACT CONTRACTS OFFICE : Proposal Submission Place: 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 the Sukulu Hills Phosphate Project. MISA, through its Ugandan subsidiary Nilefos Minerals Limited, plans to establish an industrial complex based on a large deposit of phosphate rock at Sukulu Hills. This site has a deposit of in excess of 200 million tons of phosphate-bearing soils that have resulted from the weathering of a volcanic intrusion. The intrusion rises above the local countryside. Component One is the subject of the present request and involves the re-sampling and recalculation of the available phosphate mineral resource and the presentation of the data generated in a format that will ensure a level of confidence required by the lenders and equity investors including the standards required by the U.S. Securities and Exchange Commission (SEC). In addition, the selected U.S. Study contractor will investigate the feasibility of applying new technology and optimizing the beneficiation process where not considered in previous studies. As part of this work, the contractor will operate a pilot plant on site to provide sufficient rock concentrate for test work. Tailor-made processes will be developed for beneficiation to optimize costs. This testing will also determine the suitability of the rock concentrate for making various grades of phosphoric acid and other potential products. These products would also be supplied to potential customers of the concentrate itself for determining the suitability of the rock concentrate for use in their plants. Nilefos Minerals Limited, an affiliate of the Madhvani Group of Companies in Uganda, is the Project Sponsor. Nilefos was established to develop this project and is owned by The Madhvani Group. Nilefos obtained the exclusive prospecting license in May 2002, and 19 square kilometers of land is earmarked for mining and processing the available phosphate. Nilefos operates as a corporate body under the leadership of its President Mr. Nitin Jayant Madhvani. The current portion of the study, Component One, will consist of plant beneficiation and design feasibility work that is considered important to lock in the U.S. content of the whole project. The final work product of Component One would consist of drawings for the plant design including specifications for each piece of equipment to be used and electrical line diagrams, and a plan for working the mine with the sizes and quantities of equipment required. The report would be refined to a level of confidence that would meet the requirements of regulatory bodies. The U.S. firm selected will be paid in U.S. dollars from a $360,000 grant to the Grantee from the U.S. Trade and Development Agency (USTDA). In addition, Madhvani International SA has committed to fund $240,000 of the study for a total contract value of $600,000. A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and a background desk study report are available from USTDA, at 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. Requests for the RFP should 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 12 noon, March 31, 2004 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
SN00520021-W 20040212/040210212938 (fbodaily.com)
 
Source
FedBizOpps.gov 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.