Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SPECIAL NOTICE

Y -- PROJECT LABOR AGREEMENT (PLA) MARKET SURVEY: ARCHIVES & MERCURY FLORA (MCF) FACILITIES, FORT GEORGE G. MEADE, MARYLAND

Notice Date
11/7/2019
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR20R0007
 
Archive Date
12/21/2019
 
Point of Contact
Sierra S. Marshall, Phone: 443-749-2036
 
E-Mail Address
sierra.s.marshall@usace.army.mil
(sierra.s.marshall@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Baltimore District, is soliciting comments from the construction community addressing the potential use of a Project Labor Agreement (PLA) for a large scale construction project (exceeding $25million) located on Fort George G. Meade, Maryland. Project Description: Construct two (2) new, separate, State-of-the-Art Archives and Operations/Industrial facility on Fort George G. Meade, Maryland. The Archives facility will be approximately 85,000 gross square feet (GSF) in size while the MCF facility will be approximately 325,000 GSF in size. Both facilities are within the general vicinity of each other and will share the same site to include supporting facilities with associated site work and environmental measures. The primary Archives facility will be comprised of a multi-story structure for staff to perform records management and archival functions. The facility will include secure access, administrative areas, office areas, shared workstations, conference rooms, historical collection spaces, break rooms, lockers, high-bay, humidity-controlled records and archives storage module with cold storage rooms. The storage area will have super-flat concrete floors, fixed shelving and open storage spaces. There will also be supporting warehouse spaces for shipping and receiving, decontamination, records staging, packaging, forklift charging and records destruction. The primary MCF facility will be comprised of a multi-story structure to support operational and industrial-like uses. The facility will include controlled secure access, high-bay, loading dock, print areas, network maintenance areas, network laboratories, research and development laboratories, lobby, administration areas, office areas, conference and training areas, break rooms, café, storage areas, destruction areas, loading docks, and on grade corridor connection to another existing facility. Both facilities consists of core and shell structure and foundation; electrical/mechanical service and distribution components and systems; fire protection, alarm and suppression; information technology infrastructure, communications, and security support infrastructure; exterior finishes and weatherproofing. Interior build out will provide raised access floor systems, acoustically-rated interior partitions and ceilings, power, lighting, environmental control and communications. The primary facility is not a standard design. The majority of the structure will be built to Sensitive Compartmented Information Facility (SCIF) standards. MCF includes redundant primary power and Uninterruptable Power Supply (UPS) systems to ensure continuity of operations while Archives does not. Site infrastructure for both facilities will include primary electrical service to the site, water, sewer, and telecommunications pathways. The supporting facilities include, site preparation and telecommunication improvements, utility services, perimeter security measures. Site preparation will include standard clearing, grubbing, cut, fill, grading and environmental protection structures. Additional site work consists of curb and gutter, walkways, courtyards and roads. Perimeter security reconstruction and extension is required with road improvements. The project also includes demolition of an existing fire pump house (Approx. 2,000 SF) and existing warehouse/administration facility (Approx. 132,000 SF) to support and provide space for the construction of both facilities. PLA Background Information: 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 Acquisitions Regulation (FAR) 22.503, Policy states: 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. 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 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: FAR 52.222-33 Notice of Requirement for Project Labor Agreement, Clause: FAR 52.222-34 Project Labor Agreement. The construction community is invited to comment on the use of PLA's by responding to the following questions: (1) Do you have knowledge that a PLA has been used in the local areas on projects of this kind? If so, please provide supporting documentation. (2) Are you aware of skilled labor shortage in the areas 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 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 exercise 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? Responses are to be sent via email to Sierra Marshall at sierra.s.marshall@usace.army.mil no later than 11:00 AM (EST) on 6 December 2019. Responses are limited to seven (7) pages. This is NOT A REQUEST FOR PROPOSAL and does not constitute any commitment by the Government. Reponses 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR20R0007/listing.html)
 
Place of Performance
Address: Fort Meade, Maryland, United States
 
Record
SN05491940-W 20191109/191107230809-a7e5cb58c3e9ef6eb930d37091c03619 (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  © 1994-2020, Loren Data Corp.