Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

Y -- PLA for Replacement Housing Construction, Camp Rudder, FL

Notice Date
3/6/2017
 
Notice Type
Cancellation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-17-R-PLA001
 
Archive Date
3/21/2017
 
Point of Contact
Jason Dalton, Phone: 2514415730
 
E-Mail Address
Jason.J.Dalton@usace.army.mil
(Jason.J.Dalton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PROJECT LABOR AGREEMENT SURVEY ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a SPECIAL NOTICE. No proposals are being requested or accepted with this notice. The U.S. Army Corps of Engineers, Mobile District, is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for a moderate sized construction project (Not to Exceed $10 million) to provide replacement construction of at Camp Rudder, FL. The replacement construction shall consist of 15 single Family housing replacement units for installation Commander and three Major (Four 4-bedrooms), Company Grade Officer (CGO) (Four 4-bedrooms) and senior non-commissioned officers (Seven 3-bedrooms). Project includes garages, storage, patios, backyard fencing, landscaping, individual unit utility meters, hard wired interconnected smoke detectors, carbon monoxide detection, automatic fire sprinkler systems, residential heating and air conditioning, and equipment and appliances for fully functional residences. Project includes neighborhood amenities, walkways, roads, storm drainage, street lighting, utilities, information systems, environmental measures required by law and associated supporting infrastructure. Project shall comply with the Army Standard for Family housing. New housing will be designed for a 50 year life and comply with standards in Unified Facilities Criteria 4-711-01, 1-200-01 and Army Sustainable Design and Development policy. Five percent of these units will be accessible or readily and easily modifiable for use by persons with disabilities. 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). Accordingly, Offerors are requested to respond to this Special Notice regarding PLA with the following information: (1) Should PLAs be executed on selected large dollar contracts in Tampa, FL and surrounding area? (2) Are there concerns by prime contractors on the availability of skilled construction labor? (3) Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? (4) What type of project should not be considered for PLA clauses? (5) What is the time impact to the completion of the contract due to a PLA? (6) What is the cost impact to the bid due to a PLA? (7) What other factors should the Corps consider before deciding to include PLA provisions in a Mobile Engineer District contract? (8) Please provide a list of recent (2-5 years) construction projects in the local labor market of the project under consideration. Include the following items: -Project Name/Location -Project Description Initial Cost Estimate/Actual Final Cost -Was the project completed on time? -Number of craft trades present on the project -PLA (Y/N) -Were there any challenges experienced during the project? (9)Which trades are expected to be employed on this project? Are you likely to need some union skilled trades for at least part of this project? (10) What market share does union labor have in the geographic area for this project or type of construction? (11) Does the local market contain the sufficient number of available skilled workers for this project? Are there other projects in the vicinity going to limit the pool of skill labor available for your project? (12) Has a project like this been done before in the local market? (13) What investments have been made to support registered apprenticeship programs? (14) Have PLAs been used on comparable projects undertaken by the public sector in this geographic region? Have PLAs been used on this type of project in other regions? (15) Which CBAs are likely to expire during the course of the project under consideration that might cause delays? (16) How do open shop and union wage rates influence prevailing wage rates in the local market and compare to Davis Bacon rates? What impact does unionization in the local market have on wages? (17) Could a PLA contribute to cost savings in any of the following ways? -Harmonization of shifts and holidays between the trades to cut labor costs? -Minimization disruptions that may arise due to expiration of CBA? -Availability of trained, registered apprentices, efficient for highly skilled workforce? -Allowing for changes in apprentice to journeyman ration. -Serving as management tool that ensure highly skilled workers from multiple trades are coordinated in the most efficient way. -Others? (18) Could a PLA minimize risk and contribute to greater efficiency in any of the following ways? -Mechanisms to avoid delays -Complying with Davis Bacon and other labor standards, safety rules and EEO and OFCP laws. -Ensuring a steady supply of skilled labor in markets with low supply or high competition for workers. (19) Are there ways in which a PLA might increase costs on this particular project? Interested Offerors shall respond to this Special Notice no later than 20 March 2017. E-mail your response to Jason.J.Dalton@usace.army.mil with the subject line W91278-17-SFSB-0003. This Special Notice is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-17-R-PLA001/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04424142-W 20170308/170306234437-b86fc3ad24cc7c55aeba09a864ef94bb (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.