Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2002 FBO #0150
SOLICITATION NOTICE

Z -- Multi Trade Construction Contract-Navajo Indian Reservation in New Mexico

Notice Date
4/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
 
ZIP Code
75202
 
Solicitation Number
161-02-049
 
Response Due
6/5/2002
 
Archive Date
6/20/2002
 
Point of Contact
Wanda Burton, Contracting Officer, Phone 214-767-3999, Fax 214-767-5194, - William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194,
 
E-Mail Address
wburton@esd.ihs.dhhs.gov, wobershaw@esd.ihs.dhhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
MULTI TRADE CONSTRUCTION CONTRACT (IDIQ) FOR THE INDIAN HEALTH SERVICE, NAVAJO AREA SERVICE UNITS LOCATED IN NEW MEXICO. Locations where work may be performed include service units in Gallup, Shiprock, Crownpoint, Ft. Defiance, and other locations on and off the Navajo Indian Reservation within the State of New Mexico The purpose of this competitive solicitation is to select a firm to perform multi-discipline construction work for various projects ranging in price from $25,000.00 up to and including projects that may reach $1,000,000.00. The Contractor shall provide all labor, material, supplies, transportation, equipment supervision and all other necessary items for complete and useable projects, performing all work in a workman like manner in complete compliance with all plans, drawings, and specifications issued. Common trades which may be needed include, carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, asbestos removers, painters, trades identified in the Davis Bacon Wage Determination and other trades common to the construction industry. The Contractor will be required to perform multi-discipline general construction type projects, repair and remodeling work, which may include earthwork using these trade workers. The minimum guarantee for this contract is $25,000.00 and the maximum contract amount is $1,000,000.00. Period of performance will be one calendar year or until the maximum dollar amount is reached, which ever occurs first. Contract will have a base year and may have three one-year options. BID BONDS ARE NOT REQUIRED. Payment Guarantee or Performance and Payment Bonds MAY be required on delivery order issued. NAICS CODE IS 233320. SIZE STANDARD IS $27.5 Million. SET-ASIDE NOTICE: This procurement has the following Set-Asides. FAR 52.219-20 Notice of Emerging Small Business Set-Aside. (Jan 1991) Proposals under this acquisition are solicited from Emerging Small Business concerns only. Proposals that are not from an Emerging Small Business shall not be considered and shall be rejected. In accordance with Public Law 100-656, this procurement is a 51% Buy Indian Set Aside. The proposed contract listed herein is Set Aside under the Buy Indian Act for 51 percent Indian owned, controlled and operated firms. In accordance with the Indian Health Service Acquisition Regulation, Paragraph 370.503(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. Contractors shall indicate whether they are 51 percent Indian owned, controlled and operated firm. In order for Indian firms to prove they can meet the qualification requirements of the Buy-Indian Set Aside restriction, i.e. Offerors who are currently certified by the Indian Health Service or the Bureau of Indian Affairs as an Indian Firm, need to submit certification, Tribal Affiliation and Degree of Indian Blood with their offer. Offerors 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. A copy of the joint venture agreement must be submitted with offer. Award will be made to the offeror who is found responsive, responsible, and with a record of satisfactory verifiable past performance, and who offers a verified coefficient most favorable to the Government. Price and Past Performance have the same weight value, therefore the lowest offeror may not receive the award. Discussions may not be held, therefore, offerors should present their best and final pricing at the time of submission of offerors. A copy of the solicitation may be obtained by submission of a written request to Offer Issue Clerk, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202. Proposals are due by 2:00 P.M. Central Time on June 5, 2002. Proposals must be delivered to the above address. Request for information or clarification of requirements must be submitted in writing to: Ms. Wanda Burton, Contracting Officer at the above address or via E-Mail WBurton@esd.ihs.dhhs.gov.
 
Place of Performance
Address: Navajo Indian Reservation-State of New Mexico
 
Record
SN00067972-W 20020501/020429213206 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.