SOURCES SOUGHT
Z -- John Day Dam Turbine Runner Replacement and Generator Rewind Project - Project Labor Agreement Survey
- Notice Date
- 3/9/2022 4:16:11 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N23R0003
- Response Due
- 3/23/2022 12:00:00 PM
- Point of Contact
- Carolyn J. Randolph
- E-Mail Address
-
carolyn.j.randolph@usace.army.mil
(carolyn.j.randolph@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, Portland District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) on the following large scale construction project within the State of Oregon: John Day Dam Turbine Runner Replacement and Generator Rewind Project (TRGR) Project Description: The purpose of this requirement is to provide a hybrid design, manufacturing, and construction type contract with an estimated magnitude of over $500,000,000 for the turbine runner replacement and generator rehabilitation of up to sixteen turbines and generators and John Day Dam, spanning the Columbia River between Washington and Oregon.� The goals of the project are to address decreasing reliability and efficiency of the hydroelectric generating units and to maximize the net economic benefits over the next several decades, while maintaining an acceptable level of operational flexibility, all within the hydraulic and environmental constraints imposed on the project. Economic benefits will be realized through increasing reliability and efficiency of the hydroelectric generating units after replacing existing turbines with improved fish passage turbines that provide improved power generating efficiency, rewinding the generators, and replacing and refurbishing other powertrain equipment. The design of the state-of-the-art turbines will be an iterative and collaborative process that focuses on improved fish passage design features and criteria to improve survival of turbine-passed fish. Finally, this project will decrease the risk of oil entering the water passageway and river through improved sealing technologies, design considerations for new adjustable-blade turbine runners, and the introduction of some fixed-blade turbine runners. 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. 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 PLA�s by responding to the following questions: 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. 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. 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. 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 specific reasons why you do not 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 use of a PLA on the referenced project. Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.� Please include the following information on projects completed in the last 2-5 years: Project Name and Location Detailed Project Description Initial Cost Estimate vs. Actual Final Cost Was the project completed on time? Number of craft trades present on the project Was a PLA used? (Y/N) Were there any challenges experienced during the project? (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.) Responses are to be sent via email to Carolyn Randolph at carolyn.j.randolph@usace.army.mil no later than 12:00 PM (PDT) on 23 March 2022.� Responses are limited to six (6) 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
-
SAM.gov Permalink
(https://sam.gov/opp/69aa6c68c349454e9a0c6c4803ac3245/view)
- Place of Performance
- Address: Rufus, OR 97050, USA
- Zip Code: 97050
- Country: USA
- Zip Code: 97050
- Record
- SN06262580-F 20220311/220309230108 (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 |