|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1999 PSA#2368Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas,
Texas 75202-5433 Z -- FIRE SPRINKLER SYSTEM PROJECT, SAN CARLOS INDIAN HOSPITAL, SAN
CARLOS, AZ SOL IFB/161-99-0022 DUE 080399 POC Wanda L. Burton,
Contracting Officer, (214) 767-3492 or (214) 767-5255 WORK TO BE DONE:
Work to be performed involves the furnishing of all materials, labor,
tools, equipment, travel and superintendence to construct a
comprehensive fire suppression system in the existing San Carlos Indian
Hospital. Included in this project are: 1.) a complete fire pump
assembly; 2.) pumphouse building to house the fire pump; 3.) emergency
power transfer switch; and 4.) complete sprinkler distribution
throughout the approximately 3500 square meter hospital building. The
specifications require coordination with hospital operations, including
some work being performed after daytime/weekday hours. Estimated
contract period is 150 calendar days. Estimated magnitude is from
$100,000 to $500,000. Request for more than one set of plans and
specifications for 51 percent Indian owned firms MUST be accompanied by
a NONREFUNDABLE fee (company check or money order) made payable to the
Department of Health and Human Services in the amount of $50.00 for
each set ordered. All solicitation documents for NON-INDIAN owned firms
are $50.00. The proposed contract listed herein is Set-a-Side under the
Buy Indian Act for firms that are at a minimum 51 percent Indian owned,
controlled, and operated. In accordance with the Public Health Service
Acquisition Regulation paragraph 380.503(E), not more than 50 percent
of the work to be performed under a prime contract 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. In order for Indian firms to prove
that they meet the qualifications requirement of the Buy Indian
Set-a-Side restriciton, i.e., Bidders who are currently certified by
the Indian Health Service (IHS) or the Bureau of Indian Affairs (BIA)
as an "Indian Firm" need to submit a certification (Tribal Affiliation
and degree of Indian blood) with their bid. Bidders who are not
currently certified by IHS or BIA are required to submit proof of
ownership and eligibility for Indian preference under the "Buy Indian
Act." Technical questions should be addressed to Kathy Mercure, Project
Manager, at (602) 364-5088. Plans and specifications will be available
O/A July 1, 1999, by writing Kathy Brancato at the address above. The
bid opening date is scheduled for O/A August 3, 1999, at 2:00 pm. All
responsible sources may submit a bid which will be considered by the
agency. Posted 06/14/99 (W-SN342549). (0165) Loren Data Corp. http://www.ld.com (SYN# 0182 19990616\Z-0042.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|