Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1998 PSA#2046

Dept 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