|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,1995 PSA#1298Facilities Management and Construction Center, Bureau of Indian
Affairs, Interior Department, P.O. Box 1248, Albuquerque, New Mexico
87103 Z -- FACILITIES IMPROVEMENT AND REPAIR Contact Point, Stella
Swiftbird, (505) 766-2885. Carter Seminary Phase III, FI&R/Code
Compliance, Project No. 90G02C, Serial No. BIA-0150-95-1, consists of:
Base Bid - Demolition of existing mechanical systems in Dormitory
Building No. 622 and Boiler Room Building No. 623, installation of
replacement HVAC systems and domestic water piping system, including
plumbing fixtures and associated components. Furnish all labor,
materials, services and equipment to provide for the replacement of
existing roofing system with new rigid insulation and single ply
membrane roof system at building No. 622. Section 7(b) of Pub. L 93-638
(25 U.S.C. 450e) and 41 CFR 14.1354 require the preference
opportunities in employment and training be given to Indian/Alaska
Native individuals and that preference in the award of subcontracts be
given to Indian/Alaska Native economic enterprises. Your contract
pricing bid should incorporate your Indian Preference Program outlining
Department of Interior Clause Nos. 48 CFR 1452.204-71 and 72 Employment
Opportunities and Subcontracting opportunities. Proof documentation of
establishing and conducting a subcontracting program which gives
preference to Indian organizations and Indian-owned economic
enterprises as subcontractors and suppliers under this contract must be
submitted. Consistent with the efficient performance of this contract,
bidders shall give public notice of existing subcontracting
opportunities by soliciting bids or proposals only from Indian
organizations or Indian-owned economic enterprises. Bidders shall
request assistance and information on Indian firms qualified as
suppliers or subcontractors from the tribe(s) on or near whose
reservation(s) the work under the constract is to be performed. Failure
by the Contractor to submit a plan for doing so prior to award and
implement same after award shall be sufficient reason for non-award or
termination of the contract for default. The plan requirements are
indicated in bid documents. Serial No. BIA-0150-95-1, Cost ranges
between $500,000 and $1 Million. Pursuant to the small business
competitiveness demonstration program established by Public Law
100-656, ``Business Opportunity Development Reform Act of 1988'' this
procurement will be unrestricted and any resulting award will be made
pursuant to this program. Bid documents available after March 30, 1995
at $100.00 per set, in advance, not refundable. Documents requested by
mail will be accepted no later than 5 working days prior to bid opening
date. ``Payment Information Exceeding'' $25,000 shall be made through
the Electronic Funds Transfer (EFT) as part of Treasury Financial
Communications Systems (TFCS). Bid Opening is April 27, 1995 at 2:00
PM. The procurement is subject to the requirements of P.L. 100-690.
(065) Loren Data Corp. http://www.ld.com (SYN# 0159 19950307\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|