Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2019 FBO #6362
SPECIAL NOTICE

Z -- Project Labor Agreement - Repair Building 3004, Schofield Barracks, Hawaii

Notice Date
4/23/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Attn: CECT-POH Building 230 Fort Shafter HI 96858-5540
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-19-Z-0012
 
Response Due
5/8/2019
 
Point of Contact
Colin Waki, Contract Specialist, Phone 808-835-4393, - Kent Tamai, Contracting Officer, Phone 808-835-4377, Fax 808-835-4396
 
E-Mail Address
colin.k.waki@usace.army.mil, kent.a.tamai@usace.army.mil
 
Small Business Set-Aside
N/A
 
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: Project Description: Repair Building 3004, Schofield Barracks, Hawaii This project consists of repairing or replacing deteriorated and failing building components. First floor includes repair of existing interior walls, repair of failing Heating Ventilation and Air Conditioning system, lighting, electrical wiring and conduits, communication, fire alarm, plumbing to support two Company Headquarters. Existing first floor to be repaired to accommodate two (2) Company Operations Facilities (COFs). Two arms vaults will be repaired on the first floor. Second and third floors repairs will include repairing failing window unit air conditioning, lighting, electrical, communication, fire alarm, plumbing, and roofing. Structural repairs to the entire building include floor framing strengthening to support code prescribed live loads; beams, columns, and foundation strengthening to meet seismic life-safety performance levels. The concrete floor will be repaired and steel beams will be designed to carry the load demand from the existing floor beams, and repair the overall gravity load capacity in the floor repair areas. New floor openings will be made to relocate stair shafts and install a new elevator. Existing failed or failing windows will be repaired with blast rated glazing systems that respect historic aesthetics. Supplemental structural steel framing (vertical mullions, heads, and sills) will be required. Existing aged plumbing fixtures, piping and existing hot water system will be repaired. Existing failed or failing flooring, wall partitions, ceilings, doors and windows will also be repaired. Surfaces will be patched, repaired and repainted. Existing failed and failing air cooled chillers, piping, fan coil units, and other mechanical equipment and appurtenances will be repaired. Incidental lead based paint, asbestos containing material (ACM) and light fixture removal are included. Personnel are not exposed directly to ACM and all safety precautions will be followed. Failed or failing light fixtures, suspended ceilings, electrical power and communication systems will be repaired. Fire protection and mass notification systems/alarms will be repaired or installed to meet current Life Safety Code and base physical security requirements. Failing exterior finishes will require repainting and minor repair to spalled concrete. The estimated performance of period is 24 to 36 months. Magnitude is $25M to $50M. 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: a. Project Name / Location Detailed Project Description b. Initial Cost Est. / Actual final cost c. Was the project completed on-time? d. Number of craft trades present on the project e. PLA (Yes/No) f. 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 Colin Waki at colin.k.waki@usace.army.mil and Kent Tamai at kent.a.tamai@usace.army.mil, no later than May 8, 2019 at 2:00 p.m., Hawaii Standard Time. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-19-Z-0012/listing.html)
 
Place of Performance
Address: Building 3004 Schofield Barracks, HI
Zip Code: 96857
Country: US
 
Record
SN05290092-F 20190425/190423230023 (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.