Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2024 SAM #8303
SOURCES SOUGHT

99 -- Sources Sought: Construction and Operation of TNT Facility

Notice Date
8/19/2024 12:37:29 PM
 
Notice Type
Sources Sought
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-23-R-0122
 
Response Due
9/3/2024 2:00:00 PM
 
Archive Date
10/30/2024
 
Point of Contact
Brandon Garnica, Warren Stropes
 
E-Mail Address
brandon.m.garnica.civ@army.mil, warren.l.stropes.civ@army.mil
(brandon.m.garnica.civ@army.mil, warren.l.stropes.civ@army.mil)
 
Description
UPDATED 19 AUG 2024 For informational purposes, the U.S. Government (USG), as an addendum to the sources sought update issued on 07 JUN 2024, hereby informs all interested sources that the USG intends to assess and compare the information submitted in response to the sources sought (including all updates) and thereon make a determination as to which technology, technology provider, teaming arrangement, and facility location, as well as other aspects logically encompassed therein, would be in the public�s best interest for the award and execution of a sole source contract for the design, build, and commissioning of a TNT facility. �The submitted information may also be assessed and provide a basis for a potential two-to-ten-year sole source award for follow-on production of TNT. As part of its assessment and comparison of the technologies, teaming arrangements, and potential site locations for the facility, the USG will specifically take into consideration the following: The proposed technology for the synthesis, purification, flaking/granulating, and packaging of TNT, as well as the proposed technology(ies) for the management and treatment of the TNT production-related waste stream; the extent to which those technologies have been proven viable (e.g. has been proven at full-rate production, is environmentally sound, and can be adapted to U.S. standards); and, the benefits and drawbacks or risks of the proposed technologies. The USG will consider the completeness of the TNT process information. �� � The proposed technology provider�s demonstrated capability of, and recent experience with, providing or operating the proposed technologies. The proposed team�s collectively demonstrated capability of, and recent experience with, designing, constructing, fabricating equipment for, and commissioning a TNT facility. � The proposed operator�s ability to successfully operate a TNT facility in the U.S. The USG will consider whether the proposed operator has recent experience with operating a TNT facility or an energetics plant, with consideration given to the location, size, and complexity of said energetics plant. � The proposed team�s projected schedule for the design, construction, and commissioning of the facility, and the extent to which the team has demonstrated the achievability of that schedule. The USG will consider the benefits and risks associated with the projected schedule, including the extent to which the team�s commitment to achieving the schedule and benefits to the USG will be secured by, and risks to the USG will be mitigated by, any proposed terms and conditions submitted by the interested party for inclusion within the prime contract and reinforced in relevant subcontracts. � The viability and efficiency of the process solution during post-construction operations. The team�s demonstrated capability of constructing TNT buildings with an expected 50+ year lifecycle and TNT process equipment with an expected 20-year lifecycle; if applicable, the viability of the proposed team�s TNT operating plan and its demonstrated capability to execute said plan over the plant�s expected life cycle (process efficiency, operational availability, energy consumption, etc.); and, the proposed operator�s demonstrated commitment to sustaining the equipment, facility capabilities, workforce, and production levels to ensure the USG�s TNT requirements (DoD end use and foreign military sales (FMS)) are consistently and satisfactorily prioritized and met throughout that lifecycle, as well as its intentions in relation to supplementing Government orders with commercial orders or international direct sales. ��� � The estimated total cost/price to the USG for the proposed technologies, the design and construction of the facilities, and capital investment; the extent to which the team has committed to self-investment in the technologies and/or facilities or other proposed cost-sharing or profit-sharing arrangements; potential areas for cost savings to the USG; the extent to which the team has demonstrated the proposed process and plant operating model will result in competitively-priced TNT; and all cost-related assumptions for construction (for example: make or buy decisions, on-site versus off-site hazardous waste treatment) and identified or anticipated factors that could impact construction cost/price. If applicable, the proposed cost per pound for follow-on production of TNT assuming two, five, or ten years of fixed prices, and assuming no USG direct funding during post-construction operations; include all cost-related assumptions (for example: production levels to include commercial demand; make or buy decisions; on-site versus off-site hazardous waste treatment; and, for USG sites, assume a $1M annual amount for leasing facilities as an ARMS/P3 tenant, if not a current facility operator), and identified or anticipated factors that could impact product cost/price; the party�s demonstrated commitment to performing the contract within a not-to-exceed price ceiling; and the extent to which that commitment and benefits to the USG will be secured by, and risks mitigated by, any proposed terms and conditions submitted by the interested party for inclusion within the prime contract and reinforced in relevant subcontracts. � The teaming arrangement being proposed and intended contractual relationships (e.g. Joint Venture, Prime/Subcontractor, Lessor/Lessee) between the interested party submitting the response (i.e. the intended Prime Contractor), the technology provider (if not the submitting party/Prime Contractor), the entity(ies) who will design and build the TNT facility, the entity who will operate the TNT facility (if not the submitting party/Prime Contractor), and, if the facility is/will be located at a Contractor Owned/Contractor Operated (COCO) site or a non-DoD owned site, the entity who will own the TNT facility (if not the submitting party/Prime Contractor). The USG will consider the benefits and drawbacks or risks associated with the proposed teaming arrangements and expected contractual relationships, including the extent to which benefits to the USG will be secured by, or risks to the USG will be mitigated by, any proposed terms and conditions submitted by the interested party for inclusion within the prime contract and by the terms and conditions of legally-binding commitment letters, Joint Venture agreements, subcontracts, leases, or third-party contracts. � The viability of, and benefits, drawbacks, and risks associated with the potential site. The USG�s consideration will include, but not be limited to: accessibility of supporting infrastructure; size and type of available space; the planned footprint of the facility and potential for expansion; projected cost differentials; projected cost savings (savings on this project and subsequent TNT production, and on other relevant DoD contracts); impacts on current production-related activities at the site; impacts on production activities across the DoD footprint; impediments to implementing hazardous waste disposal or treatment; necessary environmental permits; availability of a capable workforce; competing programs; the USG�s ownership of the facility and equipment; the USG�s continued access to, and control over, the facilities and equipment; and, national security concerns.� The USG will consider the extent to which benefits to the USG will be secured by, and risks to the USG will be mitigated by, commitments from all proposed teammates, proposed terms and conditions submitted by the interested party for inclusion within the prime contract, and inclusion of those terms and conditions in any subcontract, lease, or other legally binding agreement. � The rights to intellectual property that will be granted to, or secured on behalf of, the USG by the proposed technology provider, the proposed design/build firm, the proposed construction company, and the proposed operator of the facility (if applicable), and the� benefits and risks associated with said rights.� The USG will consider the extent to which proposed teammates have committed to the granting of applicable IP rights, those rights will be secured by proposed terms and conditions submitted by the interested party for inclusion within the prime contract, and those rights will be reinforced in any subcontract, lease, or other legally binding agreement. A new submission is not required if an interested source believes that its previous submission(s) sufficiently demonstrates its and its proposed team�s capabilities, the benefits its approach provides, and the commitments to the USG and other proposed teammates that are being provided; however, any such party must provide notice to the USG that it remains interested in this opportunity if it wants its previous submissions to be considered. If an interested source intends to submit a new or updated response, all changes from previous submissions shall be identified and the submisson must be received no later than 4:00 Central Time on 03 SEP 2024. *************************************************************************************** UPDATED 14 JUN 2024 The purpose of this update is to extend the response date by one week, to 28 June 2024 at 1200 CT in order to ensure adequate time for industry to prepare responses.�� *************************************************************************************** UPDATED 07 JUN 2024 The Government hereby provides an update to its previously released sources sought notice for the construction and operation of a CONUS TNT facility (Notice ID: W519TC-23-R-0122). Notification is being provided to all interested sources that the Government intends to utilize the information submitted in response to this sources sought notice to make a non-competitive, sole source contract award(s) under the temporary acquisition authorizations provided in Class Deviation 2024-O0005, paragraph B(1), for covered contracts related to Ukraine, Taiwan, and Israel. The Government intends for this sole source action to include a contract(s) for the design, construction, and commissioning of the TNT facility, as well as follow-on production. � Due to the urgency of this requirement, the Government intends to issue the proposed contract as an undefinitized contract action. � The Government�s intent is to award the proposed contract(s) based on the capabilities demonstrated in response to this sources sought notice, therefore, all interested sources shall ensure that they have fully identified, in writing, their capabilities to perform the requirements included in the initial sources sought notice and subsequent updates, including any commercial locations considered to be viable solutions. � If an interested source believes that its previous submission(s) sufficiently demonstrate its capabilities, the Government does not require a new submission. If an interested source intends to submit a new or updated response to demonstrate its capability and/or identify additional solution(s) to meet the Government�s need it shall be submitted no later than COB 21 June 2024. There are no page limitations on any new or updated responses. The Government requests interested sources clearly identify any revisions made to previously submitted responses. � The Government�s intention to execute a sole source contract action(s) as a result of this sources sought notice is subject to availability of funds. The Government reserves its right to amend its acquisition strategy at any time, as determined in the Government�s best interest. *************************************************************************************** UPDATED 09 FEB 2024 The purpose of this update is to provide Q&A's as an attachment. **************************************************************************************** UPDATED 01 FEB 2024 The due date for responses has been extended to 20 FEB 2024.� Following the virtual one-on-one meetings, a compiled list of the Questions and Answers from all sessions will be posted as soon as possible. �**************************************************************************************** UPDATED 12 JAN 2024 NOTICE TO INTERESTED PARTIES: The Army Contracting Command - Rock Island and the Project Director Joint Services hereby offers interested parties with capabilities to meet the requirements of this Sources Sought notice an opportunity to have a virtual one-on-one meeting on either January 26, 2024, or January 29, 2024. Each virtual one-on-one meeting will be scheduled in increments of no more than 30 minutes. Interested parties shall provide a written request by January 23, 2024, to include its available date and time (between 0800 - 1500 EST on January 26, 2024 or January 29, 2024) electronically to Brandon Garnica at�brandon.m.garnica.civ@army.mil and Mara Larson at mara.e.larson.civ@army.mil. **************************************************************************************** UPDATED 19 DEC 2023 The purpose of this update is to provide an amended request for information and reopen the posting for responses until 17 FEB 2024.� Q&A Attachment from previous posting has been removed. DESCRIPTION The Army Contracting Command-Rock Island, on behalf of the Project Director Joint Services, is seeking information from interested foreign and domestic sources to support the acquisition strategy for the design, construction, and commissioning of a TNT (2,4,6-trinitrotoluene) production facility within the Continental United States (CONUS). The targeted production capacity is approximately five million pounds of TNT per year that shall meet the requirements of the military specification MIL-DTL-248D (2002) and North Atlantic Treaty Organization Allied Ordnance Publication No. 7, Manual of Data Requirements and Tests for the Qualification of Explosive Materials for Military Use. The U.S. Government (USG) anticipates resourcing for this effort in the FY24 Supplemental Appropriation within the Procurement of Ammunition, Army (PAA), Industrial Facilities, Budget Line-Item.� The USG is seeking the most expeditious solution for the design, construction, and commissioning of a TNT facility. The TNT precursor and raw materials required for production shall be manufactured within CONUS. The USG considers schedule to be of primary importance with a preference that construction and commissioning be complete within 36 months of contract award; however, in no case shall construction and commissioning be complete later than 48 months after contract award. RESPONSE REQUIREMENTS Respondents can be individual companies, teaming arrangement(s), or partnership of companies. It is to be noted that a location for the TNT facility has not been determined (see paragraph f below), therefore, it is recommended that teaming arrangement(s) or partnerships remain flexible and not specific to potential location(s). Foreign sources are invited to submit a response to include being part of a teaming arrangement(s) or partnership. Interested respondents shall address the criteria below: Describe the respondent�s background and experience in each of the following essential areas:� Explosive Safety Site Plan preparation Process design Environmental permitting and compliance Facility design Large scale facility construction Chemical or energetic facility commissioning Chemical or energetic facility operations Describe the proposed technology process, starting materials, and waste treatment solutions including (all values should be based on one short ton of TNT produced and/or on an hourly throughput basis): Technical description of relevant technology(ies) to be utilized Representative layout of a TNT production facility producing five million pounds per year including Net Explosive Weight (NEW) in each building for at least the following operations/facilities: Acid reconcentration Oleum production (if used) Raw materials receipt and storage Nitration, purification, flaking, and packaging Waste treatment, waste water treatment, and air emissions controls Overall annual throughput including operational availability basis of the calculation. �Note that the USG typically considers 85% operational availability against design capacity to be reasonable for explosives manufacturing lines. Utilities requirements, specifications and consumption (e.g. electricity, process water, cooling water, natural gas, compressed air) If a sulfite wash will be used and red water generated, a description of how this waste stream is managed from generation through disposal (assume this waste stream and/or its residuals will not be sold as a product) Evidence demonstrating that the proposed solution has been operated at sufficient scale to verify operating feasibility and reliability Demonstrate current CONUS manufacturers for key raw materials or include a plan to establish a CONUS source. Provide a cost estimate for the design, construction (broken down by facility), and commissioning of a complete TNT manufacturing facility producing approximately 5 million pounds per year of TNT.� Provide a breakdown of manufacturing and engineering personnel required (numbers, experience, specialized skill sets). While the USG intends to build the facility at a USG site (location to be determined by the Government), it is also willing to consider a commercial option. If preferred, the respondent may propose a privately owned CONUS location as long as the respondent provides sufficient technical information described herein to enable the USG to assess the feasibility of the commercial option. Provide an Integrated Master Schedule outlining top-level activities and milestones to design, construct, and commission the facility. Provide company name, address, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). Respondents should provide sufficient details to allow the USG to make a reasonable assessment of the respondent's capabilities to build a CONUS TNT facility. �The USG will not pay for any information submitted or for any costs associated with providing this information. SUBMISSION INSTRUCTIONS Interested contractors must be registered in the System of Award Management (SAM). This request for information is intended for information and planning purposes only and shall NOT be construed as a Request for Proposal. Submissions for this notice must be provided within sixty (60) calendar days from the date of this publication at no cost to the USG by electronic mail (e-mail) to Mr. Brandon Garnica at brandon.m.garnica.civ@army.mil and Ms. Mara Larson at mara.e.larson.civ@army.mil. If the file size of the response to this Sources Sought exceeds 5MB, then respondents may email Mr. Garnica and/or Ms. Larson to request a �Drop Off� via DoD Safe. All inquiries shall be made via e-mail ONLY. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All information provided will not be returned and will be held in confidential status. If a formal solicitation is generated later, a solicitation notice will be published. **************************************************************************************** UPDATED 11 OCT 2023 The purpose of this update is to provide Q&A's as an attachment. **************************************************************************************** DESCRIPTION: The Army Contracting Command-Rock Island (ACC-RI), on behalf of the Project Director Joint Services and the Joint Munitions Command, is seeking interested sources and information for the construction and operation of a production facility for 5-15 million pounds/year of TNT (2,4,6-trinitrotoluene) to current MIL-DTL-248D (2002) requirements and the requisite potential systems/technologies. RESPONSE REQUIREMENTS: The Government is requesting information from all interested sources having relevant process technology to produce TNT.� Respondents shall demonstrate their experience with TNT production technologies (or the ability to partner to obtain the relevant experience) as well as, if applicable, the desire to build and/or operate a TNT facility.� TNT can be made from the nitration of toluene, but also from ortho-nitrotoluene, or 2,4-/2,6-dinitrotoluene.� In support of TNT production, the Government is also interested in technologies/vendors to produce ortho-nitrotoluene, or 2,4-/2,6-dinitrotoluene. Finally, the Government wishes to identify vendors to produce CONUS-manufactured ortho-nitrotoluene, or 2,4-/2,6-dinitrotoluene in support of TNT production. With respect to the Government�s interest in the above, responses shall address the following specific requirements.� ��� 1. This contract will require the handling, storage, and development of Controlled Unclassified Information (CUI). ��� 2. What critical skill sets do you see as needed to perform this effort?� Does your company currently employ people with those skill sets?� If you do not, how long will it take you to retain individuals with those skills sets? ��� 3. Describe your company�s capability of and experience with providing technology for the synthesis, purification, flaking/granulating, and packaging of TNT, as well as waste stream management and treatment. Indicate if your process can produce both Types I and II TNT.� Provide examples of these capabilities that you�ve developed that highlight this knowledge.� ��� 4. As a part of this effort the Government is currently seeking a technology provider who, working with an industrial Architecture and Engineering firm and suitable installation/construction contractors, can support all aspects of TNT production including design, construction, operator training, commissioning, and start-up services.� Additionally, state whether the respondent would be willing to enter into an agreement as the facility operator and what conditions would apply to do so. ��� 5. The Government is also investigating the establishment of Contractor-owned/Contractor-operated (COCO) TNT production capacity at a CONUS commercial manufacturing site by a suitable Contractor. If the respondent is interested in pursuing this option, provide relevant information as described herein, and include site information and background. ��� 6. If the respondent is instead interested in supplying 99%+ ortho-nitrotoluene or 2,4-/2,6-dinitrotoluene, or technologies to produce these raw materials, provide relevant information as described herein, but focus on raw material scope of supply. ��� 7. Provide a basic technical description of your relevant technology(ies) including block/process flow diagram(s), overall inputs/outputs with estimated quantities, waste treatment, recycling methods/recovery processes, utility requirements and consumption. Indicate if process steps are batch or continuous. Describe the turn-down capacity of the processes: the minimum throughput to maintain efficient operations. If your process starts with toluene, describe how red water waste streams are handled to provide excellent environmental control and provide the approximate composition of the residuals from the waste treatment process (liquid, solid, gaseous). Describe the acid streams that leave the process, type and concentration of contaminants, and what treatment is required to destroy organics and regenerate usable acids. ��� 8. Provide a notional list of buildings/facilities with approximate size and net explosive weight by hazard class (e.g. 1.1, 1.3) in each.� ��� 9. Estimate budgetary cost for your scope of supply supporting nominal production of 5 - 15 million pounds of TNT per year (at 85% availability).� List exactly what is included in that scope and what support facilities/utilities the end user would be required to provide. SUBMISSION INSTRUCTIONS: ��� 1. Responses shall be submitted electronically via email to the Mr. Jacob Harrison and Ms. Mara Larson by no later than 4:00pm central on October 30, 2023. See contract information below. ��� 2. Responses shall be in PDF format and shall not exceed fifteen (15) pages, including the cover sheet and diagrams. The minimum acceptable font size is 12 Calibri. The cover sheet shall include the following company information: ������� a. Company name, address, and web URL (if applicable) ������� b. Point of contract, telephone number, and email address. ������� c. Unique Entity Identifier (UEI), Commercial and Government Entity Code (CAGE), and business type/size (based on NAICS 325920 � Explosive Manufacturing, 325998 � Other Miscellaneous Chemical Production, 332993 � Ammunition Manufacturing, 332249 � Other Industrial Machinery Manufacturing). If small, please indicate any applicable socio-economic status such as: Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc. ��� 3. Response shall include documentation of technical expertise and capability in sufficient detail for the Government to adequately assess the capabilities of your company. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. ��� 4. Classified material and material samples will not be accepted. DISCLAIMER: This sources sought is for market research purposes only and shall not be construed as a Request for Proposal, nor as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this sources sought or reimburse any contractors for any information or administrative costs associated with responding to this notification. Participation in this effort is strictly voluntary and any of the information stated above is subject to change. The Government intends to use the information received to develop the acquisition strategy for future requirements. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s). Proprietary information should be marked as such. If a formal solicitation is generated at a later date, the Government will publish a solicitation notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9212d8c9f6114f10b509678416889f67/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07176833-F 20240821/240819230124 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.