|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1996 PSA#1588Dept of Health and Human Services, Public Health Service, Office of
Engineering Services, Region X, 2201 Sixth Ave, RX-24, Rm 710, Seattle
WA 908121 Z -- ADDITION/RENOVATION @ HEALTH CENTER, LAME DEER, MONTANA (PROJECT
#BI5NC003C8) SOL 102-IFB-96-0016. POC Contracting Officer, Judi M
Jzyk, 206/615-2454. Work to be performed consists of furnishing all
labor, materials and equipment to construct a 765 square meter masonry
addition with metal roof to the existing Health Center in Lame Deer,
Montana, as well as the interior renovation of approximately 710 square
meters of the existing Health Center. Included will be mechanical and
electrical modifications and/or additions to facilitate this expansion.
Project completion time is estimated to be 365 days following the
issuance of Notice to Proceed. Estimated construction cost is between
$1 million and $5 million. Bid documents will be available on or about
July 10, 1996. The acquisition is being considered as a potential Buy
Indian Set Aside. 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. Responses should indicate: (1) The
degree (100%, 80%, etc) to which the interested prospective contractor
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) The bonding capability of the
prospective contractor, including the name and phone number of the
bonding company, a contact person at the bonding company, the upper
limit of the prospective contractor's bonding capability; (4) A list of
project 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 (e.g, earthwork, electrical,
roofing) 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. Responses should be
submitted not later than May 17, 1996. This is not a request for
proposals. (121) Loren Data Corp. http://www.ld.com (SYN# 0196 19960503\Z-0006.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|