Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,2000 PSA#2547

Dept of Health and Human Services, Indian Health Service, Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA 98121

Y -- NEW COMPRESHENSIVE HEALTH CARE FACILITY, WINNEBAGO, NEBRASKA SOL 102-IFB-00-0004 DUE 031400 POC Larry D. Doles, 206/615-2533 E-MAIL: Click here to contact the Contract Specialist by e-mail, LDoles@ess.ihs.dhhs.gov. SOURCES SOUGHT: The Indian Health Services, Engineering Services Seattle, is planning to issue a solicitation for the construction of a new Comprehensive Health Care Facility. The project site is located at Winnebago, Nebraska. The project may be funded each fiscal year for the next two (2) years. The project has a potential for Base Bid with two (2) options. The project consists of: (1) construct a new 8807 square meter Comprehensive Health Facility, (2) construct a new 375 square meter central plant, (3) construct a new 46 square meter ambulance garage, (4) construct a bridge from existing Health Center to the new Health Care Facility, (5) renovate an existing 2351 square meter building into a Drug Dependency Unit,(6) complete asbestos abatement in central plant and demolition of existing central plant, and (7) site improvements. The plans and specifications use the International System of Units (SI) metric equivalent measurements. Work is anticipated to cover all sixteen CSI Divisions. Project performance period for each of the three (3) phases will be 365 Calendar days after notice to proceed. Estimated construction cost is over $10 million. The proposed acquisition is being considered as a potential set-aside for 51% 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. Responses shall indicate: (1) the degree (percentage) to which the interested prospective contractor's 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 of the Secretary of Health and Human Services; (2) whether the prospective contractor is a potential prime contractor or subcontractor/supplier, (3) bonding capability of the prospective contractor. Be sure to include the name and phone number of the bonding company, a contact person at the bonding company, the upper limit of the firm's capacity and all outstanding bonds to date, (4) a list of projects similar to the size, type, and complexity to that described above. Include the project name, date of award, award amount, and the name and phone number of the project's owner's representative; (5) a description of the general type(s) of work the prospective firm would perform itself and the type of work which would be subcontracted to other Indian firms. Provide the names of these firms, if known. 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. Inadequate responses or insufficient responses from Indian prime contractors or subcontractors or both, may cause this procurement to be solicited as Unrestricted under the Small Business Competitiveness Demonstration Program. This is not a request for proposals. A pre-solicitation notice which will describe how to order bid documents will be issued after the set-aside decision is made.(FAX #206-615-2466) Posted 02/28/00 (W-SN429115). (0059)

Loren Data Corp. http://www.ld.com (SYN# 0126 20000301\Y-0012.SOL)


Y - Construction of Structures and Facilities Index Page