SOLICITATION NOTICE
Y -- Annette Island Service Unit Health Center Construction
- Notice Date
- 4/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Seattle Office of Engineering Services, 2201 6th Avenue Mail Stop RX-24, Rm 710, Seattle, WA, 98121
- ZIP Code
- 98121
- Solicitation Number
- 102-IFB-03-0012
- Point of Contact
- Dale Burson, Contracting Officer, Phone 206.615.2456, Fax 206.615.2466, - Casey Lafran, procurement technician, Phone 206-615-2462, Fax 206-615-2466,
- E-Mail Address
-
Dburson@ess.ihs.dhhs.gov, clafran@ess.ihs.dhhs.gov
- Description
- Pre-solicitation notice. Qualified Indian owned firms are sought for construction of an approximately 35,000 square foot health center on a prepared site. The work includes earthwork, paving, drainage, site lighting, concrete foundations, structural steel, concrete slab on grade floor, concrete on metal deck floor and metal deck roof substrate, open web steel joists, light gage metal truss, metal roofing, metal siding, vinyl clad wood windows, insulated hollow metal doors and frames, wood doors, metal stud walls, insulation, interior finishes, heat, ventilation, air conditioning and medical gas systems, power, signal and lighting. The general dollar magnitude of the project is between $5,000,000 and $10,000,000. This acquisition is being considered as a potential set-aside for 51 percent Indian owned firms under the authority of the Buy Indian Act. No more than fifty (50) percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act may be subcontracted to other than Indian firms. For this purpose, work to be performed does not include the provision of materials, supplies, or equipment. Qualified Indian prime contractors and subcontractors that intend to submit bids should respond by May 16, 2003. Responses should indicate: (1) the degree (percentage) to which the interested prospective contractor's firm is owned, operated, and controlled by a member or 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) bonding capability of the prospective contractor. Be sure to include the name and phone number of the bonding company, a contact person at the bonding company, the upper limit of the firm's capacity and all outstanding bonds to date; (4) a list of projects similar to the size, type, and complexity to that described above. Include the project name, date of award, award amount, and the name and phone number of the project owner's representative; (5) a description of the general type(s) of work the prospective firm would perform itself and the type of work which would be subcontracted to other Indian firms. Provide the names of these firms, if known. The Contracting Officer will consider specific expressions of interest in response to this notice as well as other information. If a determination cannot be made that a Buy Indian set-aside is likely to be successful, the acquisition will be solicited as other than a Buy Indian set-aside.
- Place of Performance
- Address: Annette Island Service Unit, Metlakatla, Alaska
- Zip Code: 99926
- Zip Code: 99926
- Record
- SN00312311-W 20030427/030425213405 (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 |