Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1996 PSA#1609

Dept of Health and Human Services, Public Health Service, Office of Engineering Services, Region X, 2201 Sixth Ave., RX-24, Rm 710, Seattle, WA 98121

Z -- INDIAN SOURCES SOUGHT TO IMPROVE THE HVAC SYSTEM AND PERFORM OTHER MISCELLANEOUS CONSTRUCTION WORK AT THE CHEMAWA HEALTH CENTER, SALEM, OREGON (P06WN008C6) Sol 102-IFB-96-0020, POC Contracting Officer, Abram L. Vinikoor, 206/615-2454. Work to be performed consists of furnishing all labor, materials and equipment to improve the HVAC system and perform other miscellaneous construction work at the Chemawa Health Center, Salem, Oregon. The HVAC improvements include new boilers, new chiller, installation of fancoil units and ductwork, and refurbishment of existing fancoil units. Other miscellaneous work includes interior improvements, and paving of the existing gravel parking area. The plans and specifications use International System of Unit (SI) metric equivalent measurements. Project completion time is estimated to be 150 calendar days after notice to proceed. Estimated construction cost is between $100,000 and $500,000. This acquisition is being considered as a set aside for Indian owned firms under the authority of the Buy Indian Act. In accordance with 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. Indian owned organizations with an interest in bidding this project either as the general contractor or as a subcontractor should respond by June 21, 1996, with the following information: (1) The degree (100%, 80% etc.) to which the interested prospective contractor is owned, operated, and controlled by a member of members of any tribe, pueblo, band, group, village or community that is recognized by the Secretary of the Interior or the Secretary of Health and Human Services; (2) Whether the prospective contractor is a potential prime contractor or subcontractor/supplier; (3) The bonding capability of the prospective contractor, including the name and phone number of the bonding company, a contact perform at the bonding company, the upper limit of the prospective contractor's bonding capability; (4) A list of projects of similar size, type, and complexity performed by the prospective contractor including project name, date, award amount, and the name and phone number of the owner's representative; (5) A description of the general type of work the prospective contractor would perform itself and the type of work which would be subcontracted to other indian firms (Name the firms). 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. This is a request for information only. Applications for bid documents are not being accepted at this time. A pre-solicitation notice which will describe how to order bid documents will be issued after the set-aside decision is made. (151)

Loren Data Corp. http://www.ld.com (SYN# 0160 19960604\Z-0055.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page