|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1999 PSA#2303Dept of Health and Human Services, Indian Health Service, Engineering
Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA
98121 Z -- ADDITION AND RENOVATION, BLACKFEET COMMUNITY HOSPITAL SOL
102-IFB-99-0014 DUE 032999 POC Monica R. Mendoza, Contract Specialist
206/615-2504 E-MAIL: Contract Specialist, MMendoza@ess.ihs.dhhs.gov.
The Indian Health Service, Engineering Services-Seattle, is planning to
issue a solicitation for the construction of approximately 27,500 ft2
(2,555 m2) of additional new space and renovate approximately 22,400
ft2 (2,080 m2) of existing interior space at the Blackfeet Community
Hospital in Browning, Montana. The plans and specifications use both
conventional and International System of Units (SI) metric equivalent
measurements. Work includes: an addition at the south of the existing
entry area to include a Dental Clinic, Administration, Business Office
including basement storage, lobby and waiting areas, and covered
drop-off and parking lot revisions; an addition at the north of the
existing building to include Outpatient/Urgent Care Clinic, Emergency
Department with an Ambulance Garage, lobby and waiting areas, and a
covered entry drop-off and parking lot revisions; renovation of the
existing building area to include relocation and remodel of Eye Clinic,
relocation and remodel of Pharmacy, relocationand remodel of Women's
Health, relocation and remodel of Diabetes, remodel of Medical Records,
remodel of Physical Therapy, remodel of Medical Clinic, and remodel of
lobby and waiting areas. Work is anticipated to include the following
CSI Divisions: 2, 3, 4, 6, 7, 9, 15, and 16. Project completion time
is estimated to be 540 calendar days after notice to proceed. Estimated
construction cost is between $5 million and $10 million. This
acquisition is being considered as a potential Indian set-aside under
the authority of the Buy Indian Act. In accordance with the 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 (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 of the Secretary of Health and Human Service; (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 to determine if a
Buy Indian Set-aside is appropriate. Inadequate responses or
insufficient responses from Indian prime contractors or subcontractors,
or both, may cause this procurement to be solicited as Unrestricted
under the Small Business Competitiveness Demonstration Program.
Responses should be submitted not later than date inserted. This is not
a request for proposals. Posted 03/12/99 (W-SN308279). (0071) Loren Data Corp. http://www.ld.com (SYN# 0178 19990316\Z-0036.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|