Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SPECIAL NOTICE

Z -- PLA Survey USAFA FIeld House Renovation

Notice Date
3/14/2018
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-18-S-M022
 
Archive Date
4/4/2018
 
Point of Contact
Christine L. Wilson,
 
E-Mail Address
christine.l.wilson@usace.army.mil
(christine.l.wilson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Corps of Engineers Omaha District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for large scale construction projects (exceeding $25 million) within the United States Air Force Academy (Colorado Springs), Colorado area. Provide your responses NLT 2PM, Mountain local time, 20 March 2018 to christine.l.wilson@usace.army.mil. Ensure your response is limited to 5 pages and the Subject Line of your response includes "PLA Survey - United States Air Force Academy". Please provide your contact information in the body of the email. A PLA is defined as a pre-hire collective bargaining agreement between a Prime contractor and 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 22.503) Policy provides that: (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, or certain subcontractors, 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 (i) 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 (ii) Be consistent with law. Reference: FAR 52.222-33 Notice of Requirement for Project Labor Agreement; FAR 52.222-34 Project Labor Agreement. Request responses to the following questions: (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 reference project? If so, please elaborate and provide supporting documentation where possible. (3) Are you aware of time sensitive issues/scheduling requirements that would affect 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) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. (7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. The information gathered in this survey should include the following information on projects completed in the last 2 - 5 years: 1) Project Name and Location 2) Detailed Project Description 3) Initial Cost Estimate vs. Actual Final Cost 4) Was the project completed on time? 5) Number of craft trades present on the project 6) Was a PLA used? 7) Were there any challenges experienced during the project? Project Description: This is a Fully-Designed Project. The project will be constructed in three separate, non-concurrent phases as follows: Phase 1 is already designed and will begin in FY 18. Phase 2 is anticipated to begin in FY 20, and Phase 3 is anticipated to begin in FY 22. Work for this project includes Extensive mechanical repairs primarily located on the Participant Level and Multi-Purpose Level Mechanical Rooms of the Field House, installation of a cascading type geothermal heating and cooling system utilizing a common piping loop consisting of a new geothermal loop field, new heating hot water loop, and new chilled water loop infrastructure to support future phases 2 and 3. The new system incorporates industrial grade screw chillers in a central geothermal plant within the building. The new geothermal borefield will be constructed beneath the existing East parking lot. Additional work in Phase 1 includes remodel of the east Participant Level Hockey Area, and remodeling of the Spectator Level public rest rooms. Renovations to the basketball arena and supporting spaces on the participant and spectator levels, including mechanical upgrades to the refrigeration chillers, and central and west mechanical room renovations including replacing all HVAC ducted distribution above ceiling in Men's and Women's basketball locker rooms, and offices supporting basketball program. Phase 2 also includes lighting, HVAC and fire protection upgrades of the basketball arena. Renovation of the Indoor Track area replacing the 220 meter track and synthetic turf infield. It also includes HVAC and lighting upgrades along with renovations to track locker rooms and restrooms. This phase will complete the HVAC above the catwalk areas through the entire building. Exterior building elements include roofing repair, storm/roof drain and installation of a roofing anchor system. Site improvements include force protection measures, sidewalk, stairs, rails, and landscaping. The project will be designed within the criteria prescribed in but not limited to: UFC 1- 300-09N, Design Procedures; UFC 1-200-01, General Building Requirements; UFC 3- 710-01A, Code 3 Design with Parametric Estimating, the Uniform Federal Accessibility Standards/Americans with Disabilities Act Accessibility Guidelines (UFAS/ADAAG), Antiterrorism/Force Protection (AT/FP) requirements and all applicable codes for seismic conditions. The estimated construction cost of this project is between $20,000,000 and $35,000,000. The estimated period of performance is 1,460 calendar days. Contractors responding to this market survey must submit their responses via e-mail to Christine Wilson at christine.l.wilson@usace.army.mil no later than 2PM Mountain Local Time, Tuesday, 20 March 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-18-S-M022/listing.html)
 
Record
SN04853773-W 20180316/180314231011-ef461d58f167cabeb605936d365a91b1 (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.