Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2014 FBO #4764
DOCUMENT

Y -- PROJECT LABOR AGREEMENTS (PLA) SOURCES SOUGHT NOTICE PHASE 3 SEISMIC CORRECTION RENOVATION OF BUILDING ONE - Attachment

Notice Date
12/8/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4C);8380 Colesville Road, Suite 420;Silver Spring, MD 20910
 
ZIP Code
20910
 
Solicitation Number
VA10115N0046
 
Response Due
12/17/2014
 
Archive Date
3/17/2015
 
Point of Contact
Ed Nicholson
 
E-Mail Address
holson@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
PROJECT LABOR AGREEMENTS (PLA) SOURCES SOUGHT NOTICE FOR PHASE 3 SEISMIC CORRECTION RENOVATION OF BUILDING ONE The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM), Eastern Regional Office, Silver Spring, MD is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for a large scale construction project (exceeding $25 million) within the San Juan, PR area. This procurement is identified as Phase 3 Seismic Correction Renovation of Building One - VA San Juan Medical Center, San Juan, PR. The overall scope of work as described below includes the Demolition of the Existing Bed Tower, Seismic damping/bracing of structural bays to the Podium and select Interior Departmental Renovations Description/Scope of Work: Demolition of the Existing Bed Tower: The tower demolition scope consists of demolition work on existing levels 4, 5, 6, 7, 8, 9, penthouses level 1 and level 2 and roof. Primary systems involved in the tower demolition include - abatement, architectural demolition, structural demolition, temporary roofing temporary elevators, fire protection, MEP disconnects, and life safety systems. Prior to commencement of tower demolition an extensive safety system must be installed to isolate the hospitals 24/7 operation from the construction activities. Also, required in the installation of a vibration and sound monitoring system that will be monitored on a 24/7 basis. The approximate SF of each floor to be demolished is as follows- A.Level 4 - 23,000SF B.Level 5- 23,000SF C.Level 6 - 23,000SF D.Level 7- 23,000SF E.Level 8 - 23,000SF F.Level 9 - 23,000SF G.Penthouse level 1 -3,000SF H.Penthouse level 2 - 3,000SF Additional scope of work associated with the Tower Demolition is as follows- A.Temporary roof @ level 2 B.RE-roofing of existing hospital at level 3 (podium) and level 4 (new primary penthouse) C.Addition of one (1) new primary penthouse located on level 4. (directly above level 3, approximately 23,000SF) D.Addition of three (3) new secondary penthouses located at level 3 roof (total SF of secondary penthouses - 12,100SF approx.) E.Installation of 2 temporary hydraulic elevators to be used for hospital operations during construction F.Reactivation of 5 permanent traction elevators located in the existing elevator shafts G.Removal of temporary hydraulic elevators H.Removal of Generator Set No. 4 and associated piping I.Removal of underground fuel tank (UST) located adjacent to Gen No. 4 J.Misc. site and loading dock improvements Seismic Bracing: There are 42 locations within level 0 through level 2 that will receive structural seismic bracing or column stiffening and abatement. The braces are identified on HDR drawings by zones and levels. The following identifies the brace zones: A.Zone 1 includes braces @ location C2, C3 and C1. B.Zone 2 includes braces @ location D2, D1, and A1. C.Zone 3 includes braces @ location A3, B1, and B2. D.Zone 4 includes braces @ location D3, D4, and D5. E.Zone 5 includes braces @ location A2, and A4. (only 2 zones) Areas of disturbance for the bracing installation and associated work is as follows- A.Level Basement - 5,328SF Approx. B.Level One - 8,673 SF Approx. C.Level Two - 11,896 Approx. Interior Renovations: The major renovation scope consists of remodel work on level basement, one, two and three. Primary systems involved in the renovation include - architectural, demolition, abatement, fire proofing, fire protection, mechanical, plumbing, electrical, elevators, communications and life safety. A.Renovations at the basement level includes work in the following departments- Canteen refrigeration, canteen staging and corridor and shell space for swing space needs. Total approx. SF of Level Basement is - 5,665SF B. Renovation at level one includes work in the following departments- New Canteen, new main corridor, new main lobby/heroes hall, urology clinic, public restrooms, volunteers. Total approx. SF of Level One is - 35,806SF C. Renovation at level two includes work in the following departments-Union Office Minor renovations associated with work on level 2. Total approx. SF of Level Two is - 2,472SF D. Renovation at level thee includes work in the following departments-New IRM Department including a shelled out computer room for future use. Total approx. SF of Level Three is - 16,121SF A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C 158(f). Federal Acquisition Regulation (FAR) Policy: (a) Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects. (b) An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will (1) Advance the Federal Government's interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and (2) Be consistent with law. Reference: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement Clause 52.222-34 Project Labor Agreement. Responses shall be submitted via email to: ed.nicholson@va.gov no later than 4:00 PM EST on December 17, 2014 and in the subject line state "PLA San Juan Phase 3 and [Company Name]". Please be aware that a Sources Sought seeking contractors interested in performing this work is also available through FBO. Interested parties are encouraged to respond to both. CFM anticipates the solicitation will be issued around February 2015, and will be posted only on the Federal Business Opportunities website (https://www.fbo.gov). At this time no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION package. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this labor market survey will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this survey. Please provide the below requested information on projects completed in the last 2-5 years: Project Name / Location Detailed Project DescriptionInitial Cost Est. / Actual final costWas the project completed on-time?Number of craft trades present on the project PLA (Y/N)Were there any challenges experienced during project? (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.) 1) 2) 3) Requested are responses to the following: (1) Category of Construction (residential, commercial, highway, heavy industrial) (2) Estimated cost, duration, deadline and complexity (3) Which trades are expected to be employed on the projects? a.Are you likely to need some union skilled trades for at least part of this project? (4) What market share does union labor have in the geographic area for this project or type of construction? (5) Does the local market contain the sufficient number of available skilled workers for this project? a.Are the other projects in the vicinity going to limit the pool of skill labor available for your project? (6) Has a project like this been done before in the local market? (7) What investments have been made to support registered apprenticeship programs? (8) Will the completion of the project require an extended period of time or have sensitive deadlines? (9) Have PLAs been used on comparable projects undertaken by the public or private sector in this geographic region? Have PLAs been used on this type of project in other regions? (10) Which CBAs are likely to expire during the course of the project under consideration that might cause delays? (local building trades and contractors can provide information) (11) How do prevailing wage rates in the local market compare to Davis Bacon rates? a.What impact does unionization in the local market have on wages? (12) Could a PLA contribute to cost savings in any of the following ways? a. Harmonization of shifts and holidays between the trades to cut labor costs? b. Minimizing disruptions that may arise due expiration of CBA? c. Availability of trained, registered apprentices, efficient for highly skilled workforce? d. Allowing for changes in apprentice to journeyman ratio. e. Serving as a management tool that ensures highly skilled workers from multiple trades are coordinated in the most efficient way? f. Other? (13) Could a PLA minimize risk and contribute to greater efficiency in any of the following ways? a. Mechanisms to avoid delays b. Complying with labor standards, safety rules and EEO laws. c. Ensuring a steady supply of skilled labor in markets with low supply or high competition for workers. (14) Are there ways in which a PLA might increase costs on this particular project?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115N0046/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-N-0046 VA101-15-N-0046.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1760894&FileName=VA101-15-N-0046-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1760894&FileName=VA101-15-N-0046-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03590386-W 20141210/141208234716-6e8dc0cd317547211b3730cd30624ffa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.