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