Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2024 SAM #8117
SPECIAL NOTICE

Z -- KC-46A ADAL Hangars 1, 4 and 5, MacDill AFB, FL

Notice Date
2/15/2024 1:06:27 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Response Due
3/1/2024 2:00:00 PM
 
Archive Date
09/30/2024
 
Point of Contact
JILLIAN SAFFLE, Phone: 2514415584, Kyle M. Rodgers, Phone: 2516903356
 
E-Mail Address
jillian.e.saffle@usace.army.mil, kyle.m.rodgers@usace.army.mil
(jillian.e.saffle@usace.army.mil, kyle.m.rodgers@usace.army.mil)
 
Description
Project Labor Agreement Market Survey This is a project labor agreement survey only. This is not a request for proposal, request for quote, or invitation for bid. There will not be a solicitation, specifications, or drawings available at this time. This is a SPECIAL NOTICE. No proposals are being requested or accepted with this notice. The Corps of Engineers Mobile District is soliciting comments from the construction community addressing the mandated use of Project Labor Agreements (PLA) for large scale construction projects (exceeding $35 million) within the MacDill AFB, FL and the surrounding area. This market survey is being posted for a construction contract to alter/renovate three (3) existing aircraft hangars. Description of Work: The U.S. Army Corps of Engineers, Mobile District, has a need for a construction contract to alter/renovate three (3) existing aircraft hangars at MacDill AFB in Hillsborough County, Florida. The objective of this project is for the contractor to provide all labor, materials, and equipment necessary to provide the following: NVZR244601 KC-46A ADAL Aircraft Corrosion Control Hangar #1. Add an extension to allow full-in capability for the KC-46A aircraft and alter within existing corrosion control hangar to enable corrosion control operations for the KC-46A. The addition will be located on the northwest (flightline) side of the hangar to enable installation of a tail door with an extension to accommodate KC-46A tail height and meet upward door clearance requirements. Construction of the hangar extension includes a reinforced foundation, concrete floor slab, structural steel frame with metal siding fa�ade, hangar doors with windows, and a built-up roof. Alteration work includes interior renovations to accommodate corrosion control, composite, paint, and sheet metal shops and wash rack operations on the first floor. Also included is an alteration of the interior wall nearest to the aircraft nose to achieve minimum safety clearance, addition of a fire protection system to the hangar bay, reconfiguration of lighting, a fall restraint system to accommodate KC-46A aircraft, and replacement of existing Heating, Ventilation, and Air Conditioning chillers and antiquated interior electrical panels. The project includes site improvements, such as installation of underground piping from the fire suppression pump house to Hangar 1, relocation of a privatized 6� water main on the flightline side of the hangar, and all other work necessary to make a complete and usable facility. NVZR244602 KC-46A ADAL Aircraft Maintenance Hangar #4. Alter and add an extension to the existing aircraft maintenance hangar to allow full-in aircraft maintenance (including brake/hydraulic repair) capability for the KC-46A aircraft. The addition will be located on the southwest (flightline) side of the hangar to enable installation of a tail door with an extension to accommodate KC-46A tail height and meet the upward door clearance requirements. Construction of the hangar extension includes a reinforced foundation, concrete floor slab, structural steel frame with metal siding fa�ade, hangar doors with windows, and a built-up roof. Alteration work includes interior renovations to accommodate hydraulic/brake, Boom and Wing Air Refueling Pod maintenance, and administrative shops on the first floor. Maintenance area will be established on the northeast side of the aircraft nose while Wing Air Refueling Pod storage will be established on the northwest side. Work also includes the addition of a fire protection system to the hangar bay, reconfiguration of lighting, fall restraint system to accommodate KC-46A aircraft, and replacement of existing Heating Ventilation and Air Conditioning chillers and antiquated interior electrical panels. The project includes site improvements, such as installation of underground piping from the fire suppression pump house to Hangar 4 and relocation of a privatized 6� water main on the flightline side of the hangar, and all other work necessary to make a complete and usable facility. NVZR244603 KC-46A ADAL Fuel System Maintenance Dock Hangar #5. Add an extension to allow full-in capability for the KC-46A aircraft and alter within existing fuel cell hangar to accommodate KC-46A body fuel tank maintenance and storage at MacDill AFB. The addition will be located on the southwest (flightline) side of the hangar to enable retrofit of the tail door with an extension to accommodate KC-46A tail height and meet upward door clearance requirements. Construction of the hangar extension includes a reinforced foundation, concrete floor slab, structural steel frame with metal siding facade, hangar doors with windows, and a built-up roof. Alteration work includes interior renovation to accommodate body fuel tank storage and maintenance area. Work also includes reconfiguration of fire suppression appurtenances, lighting and fall restraint system to accommodate KC-46A aircraft. The project includes site improvements, such as relocation of a privatized 6� water main on the flightline side of the hangar to move it out from under the proposed hangar extension, and all other work necessary to make a complete and usable facility. The overall procurement is expected to be in the range of $25M -$75M. 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). 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 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 Government�s interest in achieving economy and efficiency in Federal procurement. 5) Identify specific reasons why you do not believe a PLA would advance the Federal Government�s 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. (ii) The information gathered in this exercise should include the following information on projects completed in the last 2-5 years (or other timeframe, as appropriate): 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? Interested Offerors shall respond to this Special Notice no later than 1600 CST, Friday, 1 March 2024. �E-mail your response jillian.e.saffle@usace.army.mil. This Special Notice is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d689eb8db4d46d38b3098c36494bd68/view)
 
Place of Performance
Address: Tampa, FL 33608, USA
Zip Code: 33608
Country: USA
 
Record
SN06966830-F 20240217/240215230049 (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.