COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14, 2001 PSA #2914
SOLICITATIONS
Z -- INFRASTRUCTURE FOR 19.5 ACRES, UTILITIES FOR 54 HOUSING UNITS, CHINLE, AZ
- Notice Date
- August 10, 2001
- Contracting Office
- Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas, Texas 75202-5433
- ZIP Code
- 75202-5433
- Solicitation Number
- IFB/161-01-0040
- Response Due
- September 19, 2001
- Point of Contact
- Wanda L. Burton, Contracting Officer (214) 767-3999 or (214) 767-3492
- Description
- CORRECTION OF PRESOLICITATION: Work to be performed consists of site improvements including removal and disposal of existing non-functional or substandard utilities and roadways; sewers will be abandoned in place with manholes demolished to below grade and filled; waterlines will be capped off site and abandoned in place within the development area; disposal of asphalt, concrete and telephone, cable and electrical materials; and, miscellaneous clearing and grubbing of the area of work is required. Improvements will consist of: sanitary sewer and waterline enhancements; roadway installations including curb and gutter and sidewalks to current standards; construction of a secondary point of access to lessen traffic conflict with pedestrians at the school; construction of a new concrete low water crossing; installation of electrical power, cable television, telephone; and, installation of new poles and associated equipment. The work also includes options for miscellaneous work at the site of the Chinle Indian Hospital, Chinle, Arizona. The NAICS Codes for the project are 234110, Highway & Street Construction, 234910, Water, Sewer, and Pipeline Construction, and 234920, Power & Communication Transmission Line Construction, and Size Standard is $27.5M. Performance period will be 120 calendar days from issuance of the notice to proceed that will be March 1, 2002. Price range is between $1,000,000 and $2,500,000. Plans and specifications will be available O/A September 19, 2001. A NON-REFUNDABLE fee of $100.00 per set is being charged. Payment must be made by Cashier Check or Money Order ONLY and made payable to Indian Health Service. Company checks or other forms of payment are not acceptable and will be returned. Plans and specifications may only be obtained by written request and submission of the full fees from: Bid Issue Clerk, Indian Health Service, Division of Engineering, 1301 Young St., Room 1071, Dallas, Texas 75202. Joint Ventures are allowed, however, copies of any joint venture agreement must be submitted to the Contracting Officer for approval and must accompany any bid. NOTE: The proposed contract listed herein is Set-Aside under the Small Business Competitiveness Demonstration Program, Buy Indian Preference for small 51 percent Indian owned, operated and controlled 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 Preference 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 requirements of the Buy Indian Preference restriction, they need to submit a "Certification of Tribal Affiliation and Degree of Indian Blood" with their bid. A bid bond, and payment and performance bonds are required. All responsible sources may submit a bid that shall be considered by the agency. Bid opening date is scheduled O/A October 23, 2001.
- Record
- Loren Data Corp. 20010814/ZSOL009.HTM (W-222 SN50U6G7)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on August 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|