Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,1995 PSA#1298

Facilities 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