Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2020 SAM #6838
SPECIAL NOTICE

99 -- Air Force Targeting Center, Langley AFB - Project Labor Agreement

Notice Date
8/17/2020 12:13:43 PM
 
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
W9123621R2005
 
Response Due
9/1/2020 7:00:00 AM
 
Archive Date
10/01/2020
 
Point of Contact
Synease S McArthur, Phone: 7572017062, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
 
E-Mail Address
synease.s.mcarthur@usace.army.mil, dianne.k.grimes@usace.army.mil
(synease.s.mcarthur@usace.army.mil, dianne.k.grimes@usace.army.mil)
 
Description
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: Air Force Targeting Facility, Joint Base Langley-Eustis, Hampton Virginia. Project Description:� The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the construction of a Targeting Facility. The Air Force Targeting Center consists of a 94,800 SF multi-story facility that consists of a multi-story Secure Compartmented Information Facility (SCIF) space, open flexible work space with a large mezzanine, training area, back shop support, and warehouse space. The open floor space will have minimal obstructions and accommodate deep access flooring. This building includes small data centers for both secure and non-secure data lines, Tier 1 electrical system, and a large auditorium that will require secured VCT capabilities. The building sits on a 14.5 acres site that will require new utilities and earthwork to bring the topography above the FEMA flood elevation. The site work will also require the building and new utilities to avoid the large active underground power lines and sanitary sewer lines. Storm water management will be challenging as the site must be raised to 10 feet above mean sea level as the project location is in the 100-year flood zone. In accordance with DFARS 236.204, magnitude of construction projects is $25,000,000.00 and $100,000,000.00 The anticipated construction duration is 730 calendar days from the notice to proceed. 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). 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 organization if the agency decides that the use of project labor agreements will: c. 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 d. 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 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 you don�t believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 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. � Please provide your comments via e-mail to Mrs. Synease S. McArthur at email:� synease.s.mcarthur@usace.army.mil, and a copy to Dianne K. Grimes, Contracting Officer at Dianne.k.grimes@usace.army.mil �no later than 10:00 AM EDT on September 1, 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/1e744b72431a4b05bd6de330837b238b/view)
 
Place of Performance
Address: Hampton, VA, USA
Country: USA
 
Record
SN05760463-F 20200819/200817230200 (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.