Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2016 FBO #5448
SOURCES SOUGHT

Z -- PLA Market Survey for $40M MATOC to Remove Hazards to Navigation (HtoN) Within the Honolulu District Area Of Responsibility

Notice Date
10/21/2016
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A17Z0003
 
Archive Date
11/23/2016
 
Point of Contact
Kent Tamai, Phone: 808-835-4377
 
E-Mail Address
kent.a.tamai@usace.army.mil
(kent.a.tamai@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The U.S. Army Corps of Engineers, Honolulu District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) on the following large scale construction project (exceeding $25 million) within the State of Hawaii: $40M Multiple Award Task Order Contract (MATOC) to Remove Hazards to Navigation (HtoN) Within the Honolulu District Area of Responsibility Project Description: Work includes dredging/removal of debris/obstructions to include but not limited to: large and small vessels, large cargo containers (40 ft), pier/dock machinery, vehicles, cranes, woody debris, buoys, channel markers, rocks/boulders, cargo, construction material, coal, sand, sediment, and other materials that may be transported via vessels or utilized along piers. Work to be performed throughout the Honolulu District Area of Responsibility including: State of Hawaii - Oahu, Kauai, Maui and Island of Hawaii, Guam, Commonwealth of the Northern Mariana Islands - Saipan, Tinian, Rota, and American Samoa. The performance period is a 2 year base ordering period and 3 optional 1 year ordering periods. Task orders are anticipated to be in the $50K per site. 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). FAR 22.503 Policy provides that: (a) PLAs are 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 PLAs 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 PLAs will-- (1) Advance the Federal Governments 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. (Refer also to FAR 52.222-33 Notice of Requirement for PLA and FAR 52.222-34 PLA). (c) Agencies may also consider the following factors in deciding whether the use of a PLA is appropriate for the construction project: (1) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades. (2) There is a shortage of skilled labor in the region in which the construction project will be sited. (3) Completion of the project will require an extended period of time. (4) PLAs have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project. (5) A PLA will promote the agency's long term program interests, such as facilitating the training of a skilled workforce to meet the agency's future construction needs. (6) Any other factors that the agency decides are appropriate. In consideration of the above factors, and any others which may be deemed appropriate, the construction community is invited to comment on the use of PLAs for this requirement. Of particular interest to the Government are responses to the following questions and tables: 1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation? 2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so please elaborate and provide supporting documentation where possible. 3. Are you aware of time sensitive issues/scheduling requirements that would impact the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4. Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 5. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 6. Please identify any additional information you believe should be considered on the use of a PLA on the referenced project. 7. Please identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. Please include information on projects completed in the last 2-5 years - 1. Project Name / Location 2. Detailed Project Description 3. Initial Cost Est. / Actual final cost 4. Was the project completed on-time? 5. Number of craft trades present on the project 6. PLA (Y/N) 7. Were there any challenges experienced during project? (delays, investigations, health and safety issues, labor shortages, management / organizational issues, etc) Please provide your project specific comments via e-mail to Kent Tamai, at kent.a.tamai@usace.army.mil, no later than November 8, 2016 at 4:00 p.m., Hawaii Standard Time (HST). 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 market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A17Z0003/listing.html)
 
Place of Performance
Address: Honolulu District Area of Responsibility, Ft Shafter, Hawaii, 96858-5440, United States
Zip Code: 96858-5440
 
Record
SN04309856-W 20161023/161021233630-05d9331bf2b81b4c41a17acfdef05443 (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.