|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9,1997 PSA#1758Dept of Health and Human Services, Indian Health Service, Engineering
Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA
98121 Z -- INDIAN SOURCES SOUGHT FOR INPATIENT REMODEL, NORTON SOUND
HOSPITAL COMPLEX, NOME, ALASKA (AN7NS019H6) SOL 102-IFB-97-0003 POC
Dale Burson (206)615-2456 E-MAIL: Click here to contact the contracting
officer by e-mail, dburson@ess.ihs.dhhs.gov. The Indian Health Service,
Engineering Services-Seattle, is planning to issue a solicitation for
remodeling certain interior spaces at the Norton Sound Hospital Complex
in Nome, Alaska. Work includes: CSI Division 02 selective demolition;
Division 06 miscellaneous carpentry and interior architectural
casework; Division 09 tile, acoustical panel ceilings, sheet vinyl
flooring and wall covering, and painting; Division 15 plumbing, medical
gas systems and fire protection; and Division 16 electrical. Project
duration is estimated at 180 calendar days after notice to proceed.
Estimated construction cost is between $250,000 and $500,000. Bidding
will probably take place in March. This acquisition is being considered
as a set aside for 51% Indian owned firms under the authority of the
Buy Indian Act. In accordance with Public Health Service Acquisition
Regulation Paragraph 380.503(e), 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. Please indicate whether your firm is
interested in bidding this project either as the prime contractor or as
a subcontractor/supplier and furnish as a minimum the following
information: (1) Indicate the degree (100%, 80%, etc.) to which your
firm 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. If a joint venture is contemplated, indicate the degree of
Indian ownership of each partner. (2) Indicate your bonding capability,
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, and total bonds outstanding. If you
anticipate a change in your capability, please describe the change and
the date it will be effective. (3) Provide a list of projects of
similar size, type, and complexity you have performed, including
project name, date, award amount, and the name and phone number of the
owner's representative. (4) Describe the general type of work you
would perform yourself and the type of work which would be
subcontracted to other Indian firms. Identify by name the Indian
subcontractors you would expect to use. The Contracting Officer will
consider specific expressions of interest in response to this notice as
well as other information to determine if a Buy Indian Set-aside is
appropriate. Responses should be submitted no later than January 31,
1997. 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. (0007) Loren Data Corp. http://www.ld.com (SYN# 0128 19970109\Z-0025.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|