|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1997 PSA#1990Dept of Health and Human Services, Indian Health Service, Engineering
Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA
98121 Z -- LIFE SAFETY CODE UPGRADES FOR THE ST. PAUL CLINIC, ST. PAUL,
ALASKA, PROJECT NO. AN8SP005C6 SOL 102-IFB-98-0001 DUE 030698 POC Abram
L. Vinikoor, Contracting Officer, 206-615-2457 PRE-SOLICITATION NOTICE:
Work to be performed consists of furnishing all labor, materials, and
equipment necessary to upgrade the St. Paul Clinic to current NFPA 101
Life Safety Code condition. Work includes, but is not limited to: 1)
Constructing/upgrading area separation walls; 2) replacing non-rated
doors/hardware with fire-rated doors/hardware; 3) replacing interior
stairways; 4) minor repairs to controls and pumps for existing heating
system; and 5) minor repairs to lighting and other electrical systems.
The plans are dimensioned using International System of Units (SI)
metric equivalent measurements. The estimated price is between $100,000
and $250,000. The estimated period of performance is 180 days. Bid
documents will be available at no charge on or about February 4, 1998.
This acquisition is being considered as a potential set aside for 51%
or more Indian-owned, controlled, and operated firms under the
authority of the Buy Indian Act. In accordance with the 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. Interested
contractors should respond no later than January 20, 1998 indicating
whether they are a 51% or more Indian-owned and controlled firm and
their interest in bidding as a prime or subcontractor. Inadequate
responses from Indian prime and/or subcontractors may cause this
acquisition to be reconsidered as an unrestricted procurement under the
Small Business Competitiveness Demonstration Program. All responses
must be telefaxed no later than January 20, 1998 to (206) 615-2466 or
in writing to the DHHS/IHS/Engineering Services address listed above,
attn: Abram L. Vinikoor. (0342) Loren Data Corp. http://www.ld.com (SYN# 0114 19971211\Z-0008.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|