|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1996 PSA#1619Dept of Health and Human Services, Public Health Service, Office of
Engineering Services, Region X, 2201 Sixth Ave., RX-24, Rm 710,
Seattle, WA 98121 Z -- INDIAN SOURCES SOUGHT TO PERFORM MISCELLANEOUS REPAIRS AT THE
EAGLE BUTTE HOSPITAL AND QUARTERS IN EAGLE BUTTE, SOUTH DAKOTA
(AB4EB079H7) SOL 102-IFB-96-0018. POC Contracting Officer, Judi M.
Jzyk, 206/615-2454. Work to be performed consists of a new vehicle
storage yard; x-ray room alterations; miscellaneous electrical; vinyl
base replacement; residential basement walls insulation; attic
insulation, computer room A/C unit; rooftop A/C unit; revise ductwork
and diffusers; install toilets and sink; install new fintube, copper
pipe, thermostats, valves and pipe insulation in quarters; and
miscellaneous ADA improvements. The plans and specifications use
International System of Units (SI) metric equivalent measurements.
Project completion time is estimated to be 150 calendar days after
notice to proceed. Estimated construction cost is between $250,000 and
$500,000. This acquisition is being considered as a set aside for
Indian owned firms under the authority of the Buy Indian Act. In
accordance with Public Health Service Acquisition Regulation Paragraph
380.5039d), not more than fifty (50) percent of the work to be
performed under a prime contract awarded pursuant to the Buy Indian Act
shall be subcontracted to other than Indian firms. For this purpose,
work to be performed does not include the provision of materials,
supplies, or equipment. Indian owned organizations with an interest in
bidding this project either as the general contractor or as a
subcontractor should respond by June 28, 1996, with the following
information: (1) The degree (100%, 80%, etc.) to which the interested
prospective contractor is owned, operated, and controlled by a member
or members of any tribe, pueblo, band, group, village or community that
is recognized by the Secretary of the Interior or the Secretary of
Health and Human Services; (2) Whether the prospective contractor is a
potential prime contractor or subcontractor/supplier; (3) The bonding
capability of the prospective contractor, including the name and phone
number of the bonding company, a contact person at the bonding company,
the upper limit of the prospective contractor's bonding capability; (4)
A list of projects of similar size, type, and complexity performed by
the prospective contractor including project name, date, award amount,
and the name and phone number of the owner's representative; (5) A
description of the general type of work the prospective contractor
would perform itself and the type of work which would be subcontracted
to other Indian firms (Name the firms). The Contracting Officer will
consider specific expressions of interest in response to this notice as
well as other information to determine if a Buy interest in response to
this notice as well as other information to determine if a Buy Indian
Set-aside is appropriate. This is a request for information only.
Applications for bid documents are not being accepted at this time. A
pre-solicitation notice which will describe how to order bid documents
will be issued after the set-aside decision is made. (162) Loren Data Corp. http://www.ld.com (SYN# 0156 19960618\Z-0060.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|