|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1995 PSA#1496Contracting Officer, USCG CEU Providence, 300 Metro Center, Blvd.,
Warwick, RI 02886, Attn: Susan Hetrick Z -- MASONRY RESSTORATION, BAKERS ISLAND LIGHT, SALEM, MA SOL
DTCGG1-96-R-3WK069 DUE 020596 POC Susan Hetrick, Contracting Officer
(401)736-1763 Provide all labor, material, equipment, transportation
and supervision for masonry restoration at Bakers Island Light, Salem,
MA. This light was first constructed in 1798 and rebuilt in 1821. It
is listed on the National Register of Historic Places. The work
includes restoring the rubble stone masonry by removing the sand,
placing new mortar, and resetting displaced stones, removing the
existing stucco, and coating all rubble stone surfaces with new stucco
after stonework repairs are completed. Other items included in the
work: minor brickwork repairs, new windows, new glass block, a new
door, installing new granite lintels, new flashing, and painting. All
work methods and materials used must maintain the integrity of the
historic building fabric. Technical evaluation criteria consists of the
following: Masonry Restoration Experience. The contractor shall have at
least 5 years of specialized experience restoring historic masonry. The
Contractor shall submit a list of completed masonry restoration
projects, including a detailed description of each project, the age of
the structure, and the name and address of the owner. At least 1
project must be on on a structure constructed before 1880. The
contractor must have experience with stonework. All contractor or
subcontractor employees engaged in masonry restoration must have at
least 3 years of experience restoring historic masonry dating from the
1800's. Experience shall include work on both stone and brick
structures. The techniques used shall be compatible with the Secretary
of the Interior's Standards for Rehabilitation of Historic Buildings.
Experience consisting of coating masonry with waterproofing agents is
unacceptable. The estimated cost of construction is between $250K and
$500K. Plans and specs issue on or about 01/04/96. A $20.00
non-refundable check made payable to the U.S. Coast Guard is required
to obtain plans and specifications. Send to Contracting Officer. U.S.
Coast Guard, CEU Providence, 300 Metro Center Blvd., Warwick, RI 02886,
Attn: Susan Hetrick. Requests will be honored until supply is
exhausted. This procurement is open to large and small businesses. SIC
is 1741. Due date for receipt of proposals is on or about 02/05/96 at
place of issue. For minority, Women-Owned and Disadvantaged
Enterprises: The Department of Transportation (DOT) Office of Small and
Disadvantaged Business Utilization has programs to assist minority,
women-owned and disadvantaged business enterprises to acquire short-
term working capital and bonding assistance for transportation- related
contracts. Loans are availa/ble under the DOT Short Term Lending
Program (STLP) at prime interest rate up to $500,000 per contract. DOT
provides an 80 percent guaranty on the bond amount to a surety against
losses. Furthermore, through the historically black college and
university programs, firms can receive comprehensive services and
training designed to enhance their financial capabiltiy. For further
information and applicable forms concerning the STLP and Bonding
Assistance Program, please call (800)532-1169. (0354) Loren Data Corp. http://www.ld.com (SYN# 0090 19951221\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|