|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1998 PSA#2046Dept of Health and Human Services, Indian Health Service, Engineering
Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA
98121 Z -- INDIAN SOURCES SOUGHT, FIRE SPRINKLER SYSTEM INSTALLATION,
COLVILLE IHS HEALTH CENTER, NESPELEM, WASHINGTON SOL 102-IFB-98-0004
POC Abram L. Vinikoor, Contracting Officer, 206-615-2457 The Indian
Health Service, Engineering Services-Seattle, is planning to issue a
solicitation to install a fire sprinkler system in the Colville IHS
Health Center, Nespelem, Washington. The work consists of installation
of a new wet and dry pipe sprinkler system and coordination with the
existing fire protection system. The plans and specifications use
International System of Units (SI) metric equivalent measurements.
Project duration is estimated at 90 calendar days after notice to
proceed. Estimated construction cost is between $100,000 and $250,000.
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.
Please indicate whether your firm is interested in bidding this project
either as the prime contractor or as a subcontractor/supplier and
furnish as a minimum the following information:(1) Indicate 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) Indicate 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, and total bonds
outstanding. If you anticipate a change in your capability, please
describe the change and the date it will be effective. (3) Provide a
list of projects of similar size, type, and complexity you have
performed, including project name, date, award amount, andthe name and
phone number of the owner's representative. (4) Describe the general
type of work you would perform yourself and the type of work which
would be subcontracted to other Indian firms. Identify by name the
Indian subcontractors you would expect to use. 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 no later than
April 7, 1998. For further information regarding this request, please
contact Abram L. Vinikoor at 206/615-2457. 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. (0063) Loren Data Corp. http://www.ld.com (SYN# 0132 19980306\Z-0026.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|