Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 12, 2001 PSA #2805
SOLICITATIONS

Z -- REPAVE THE EXISTING PARKING AREAS AND STREETS AND INSTALL NEW PAVED PARKING AREAS, SELLS INDIAN HOSPITAL, SELLS, AZ.

Notice Date
March 8, 2001
Contracting Office
Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas, Texas 75202-5433
ZIP Code
75202-5433
Solicitation Number
161-01-0025
Response Due
April 26, 2001
Point of Contact
Nancy Carter, 214-767-8587
Description
WORK TO BE DONE: The work consists of repaving all existing streets and parking areas (approximately 16,113 square meters) and the installation of new asphaltic and concrete pavement adjacent to building 614T, and in the southeast corner of the Sells Hospital Campus (approximately 5,962 square meters). Other work includes: repaving all residential driveways (approximately 1,221 square meters); new parking area on the north side of building 473 and on the south side of building 574 (approximately 643 square meters); striping; helipad upgrades adjacent to the new southeast parking area which includes the expansion of the helipad and lighting; associated demolition, site preparation and base course. The proposed contract is set aside under the Buy Indian Act for 51 percent Indian-owned, controlled and operated firms. 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 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. In order for Indian firms to prove they can meet the qualification requirement of the Buy-Indian Set-Aside restriction, i.e. bidders who are currently certified by the Indian Health Service or the Bureau of Indian Affairs as an "Indian Firm", need to submit this certification (Tribal Affiliation and Degree of Indian Blood) with their offer. 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. Joint Ventures will be considered as long as the Indian firm is the managing entity. Estimated contract period is 60 calendar days. Estimated magnitude of construction is $500,000 to $1,000,000. This will be a firm fixed price contract. Award will be based on the lowest bid price from a responsive, responsible contractor. Technical questions should be addressed to Bob Drummond, Project Manager, 520-295-2483. Plans and specifications will be available on or about March 27, 2001 by writing to Kathy Brancato at the address above, or facsimile requests from Indian owned firms may be sent to 214-767-5194. No deposit is required for the first set of solicitation documents for 51 percent Indian owned firms, however, requests for additional plans and specifications must be accompanied by a NON-REFUNDABLE cashier check or money order in the amount of $50.00. All solicitation documents for non-Indian owned firms are $50.00 each and must also be accompanied by a NON-REFUNDABLE cashier check or money order, made out to Indian Health Service. Bid opening date is scheduled O/A April 26, 2001 at 2:00PM (CST). All responsible sources may submit a bid which shall be considered by the agency. Contractors shall insure that bonding capability for a project of this magnitude is available.
Record
Loren Data Corp. 20010312/ZSOL001.HTM (W-067 SN50F667)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on March 8, 2001 by Loren Data Corp. -- info@ld.com