Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SPECIAL NOTICE

Y -- Construction of 3 facilities (Low Ob. Hanger, O&M Hanger, and Training Facility) at Joint Base Langley-Eustis, Hampton, VA

Notice Date
5/15/2020 8:35:45 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-20-R-2010
 
Response Due
5/29/2020 10:00:00 AM
 
Archive Date
06/13/2020
 
Point of Contact
Bryan Butler, Phone: 7572017132, Katya Oxley, Phone: 7572017026
 
E-Mail Address
bryan.j.butler@usace.army.mil, ekaterina.oxley@usace.army.mil
(bryan.j.butler@usace.army.mil, ekaterina.oxley@usace.army.mil)
 
Description
Construction of 3 facilities (Low Ob. Hanger, O&M Hanger, and Training Facility) at Joint Base Langley-Eustis, Hampton, VA Project Labor Agreement Notice - W91236-20-R-2010 The Corps of Engineers Norfolk District is soliciting comments from the construction community addressing the potential use of a Project Labor Agreement (PLA) for the following large scale (exceeding $25 Million) construction project:� Construction of the Low Observable Component Repair (LOCR) Facility, Consolidated Operations & Maintenance Hangar (COMH), and Training Support Squadron Facility (TSSF), Joint Base Langley-Eustis, Hampton, Virginia. Project Description: �This project consist of the three facilities described below.� Construction will consist of the Low Observable Component Repair (LOCR) Facility, Consolidated Operations & Maintenance Hangar (COMH), and Training Support Squadron Facility (TSSF), located at Joint Base Langley-Eustis, Hampton, Virginia, as described below. � Low Observable Component Repair (LOCR) Facility:� Provide a four-bay high-bay (three low observable critical repair and one wash rack) Low Observable Component Repair Facility to support additional F-22A aircraft from Tyndall Air Force Base. Construction includes compacted fill above the 100- year flood plain, reinforced concrete foundations, concrete floor slab, structural steel frame with concrete masonry unit facade, and a standing seam metal roof. The facility will provide all necessary spaces to house three corrosion control hangar bays, one wash rack hangar, shops, tools/support, staff administration, ready room, break room, restrooms/showers/lockers, and building systems support. Each hangar bay will be equipped with appropriate air filtration supply and return systems. The project includes all utilities, site improvements, pavements, detection / protection features, security enhancements and other supporting work necessary to make a complete and useable facility. The facility must be able to withstand seismic and wind effects as prescribed in applicable code and design guides. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria 1-200-1, General Building Requirements. Utilities to include the development and support to long-run outside plant communications and Building 330 Information Transfer Building (ITB) systems.� All work related to the Building 330 communication room, pathway, and duct system shall be accounted as a separate line item cost. Consolidated Operations & Maintenance Hangar (COMH):� Provide a six-bay high-bay consolidated operations and maintenance hangar to provide maintenance support for additional F-22A aircraft from Tyndall Air Force Base. Construction includes compacted fill above the 100-year flood plain, reinforced concrete foundations, concrete floor slab, structural steel frame with concrete masonry unit facade, and a standing seam metal roof. The facility will provide all necessary spaces to house hangar bays, staff administration, propulsion shop, ready room, break room, tools/parts support, aircraft maintenance equipment storage, wheel/tire shop, egress shop, restrooms/showers/lockers, and building systems support. The project includes all utilities, site improvements, pavements, detection/protection features, security enhancements, and other supporting work necessary to make a complete and useable facility. The facility must be able to withstand seismic and wind effects as prescribed in applicable codes and design guides. The project will demolish Facility 753 (7,400 Square Meters). The Demolition plan for Building 753 shall address the adjacent communication ducts. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria 1-200-1, General Building Requirements. The Hangars shall be designed in accordance with DoD Unified Facilities Criteria (UFC) 4-211-01 Aircraft Maintenance Hangars. Training Support Squadron Facility (TSSF): �Provide an eight-bay Training Support Squadron Facility to support additional F- 22A flight crews from Tyndall Air Force Base. Construction includes compacted fill above the 100-year flood plain, reinforced concrete foundations, concrete floor slab, structural steel frame with concrete masonry unit facade, and standing seam metal roof. The facility will provide all necessary spaces to house academic (classroom) and equipment (simulator) instruction, equipment/computer support, staff space, restrooms, briefing rooms, and building systems support. The project includes all utilities, site improvements, detection/protection features, security enhancements and other supporting work necessary to make a complete and useable facility. The facility must be able to withstand seismic and wind effects as prescribed in applicable codes and design guides. Utilities to include the development and support to long-run outside plant communications. The project shall provide Sensitive Compartmented Information Facility (SCIF) space to include simulator bays and majority of classroom and training functions. SCIF space shall be designed in accordance with DoD Unified Facility Criteria (UFC) 4-01-05, Sensitive Compartmented Information Facility Planning, Design, and Construction. At this time, the United States Government is determining whether the LOCR, COMH, and TSSF will be procured as a consolidated contract action or procured as three (3) independent contract actions.� Market research and evaluation of industry response is being conducted to determine the construction industry interest, capability, and feedback to make a final determination.� Magnitude of construction cost for a consolidated effort is between $100,000,000 and $250,000,000.� The Magnitude of construction cost for each of the three (3) individual facilities is more than $10,000,000.� Estimated completion date is 730 calendar days from notice to proceed. 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). 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 organization if the agency decides that the use of project labor agreements will: 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 Be consistent with law. Reference:� Provision 52.222-33 Notice of Requirement for Project Labor Agreement ����������������� ����� Clause 52.222-34 Project Labor Agreement � 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.� OF PARTICULAR INTEREST TO THE GOVERNMENT ARE RESPONSE TO THE FOLLOWING QUESTIONS: 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. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project?� Are these large scale construction projects in the area (over $25M, within 50 miles of Langley Air Force Base, Hampton, VA) which could impact availability of skilled labor for this project?� What is the anticipated volatility in the labor market for the trades required for execution of the project?� Please provide supporting documentation. 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. Is the proposed schedule/completion time one which would benefit for a PLA � if so, how?� Will a PLA impact the completion time?� Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? Are there any concerns regarding labor-management stability related to this project?� Will the use of a PLA produce labor-management stability on this project?� Have labor disputes or other labor issues contributed to project delays in the local area?� Are you aware of examples of labor-management conflicts in the area which could impact the efficiency of this project, which a PLA could positively impact/resolve? Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. Please identify and additional information you believe should be considered on the use of a PLA on the referenced project. Identify any additional information you believe should be considered on the non-use of a PLA for 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? Please provide your comments via e-mail to Mr. Bryan Butler at email: �Bryan.J.Butler@usace.army.mil and a copy to Ms. Ekaterina �Katya� Oxley, Contracting Officer at Ekaterina.Oxley@usace.army.mil no later than 10:00 AM EDT on May 29, 2020. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/f6cc9037cc054965a2b7e41c37409957/view)
 
Place of Performance
Address: Langley AFB, VA 23665, USA
Zip Code: 23665
Country: USA
 
Record
SN05658878-F 20200517/200516071012 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.