SPECIAL NOTICE
Y -- P683 AIRCRAFT ENGINE REPAIR FACILITY, NAVAL AIR STATION(NAS), JACKSONVILLE, FLORIDA
- Notice Date
- 10/10/2025 7:20:22 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Response Due
- 10/24/2025 12:00:00 PM
- Archive Date
- 11/08/2025
- Point of Contact
- Cynthia McMonigle, Phone: 9045426606, Lindsay Betteridge
- E-Mail Address
-
cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- Project Labor Agreement (PLA) Request for Information (RFI) for Construction Project for an Aircraft Engine Repair Facility in the State of Florida This is a request for information/market survey. This is not a request for proposal, request for quote, or an invitation for bid. There will be no solicitation, specification, or drawings available at this time. Naval Facilities Engineering System Command (NAVFAC) Southeast is soliciting comments from the public addressing the potential use of Project Labor Agreements (PLA) for the following construction project. The construction project is for the Aircraft Engine Repair Facility located at Naval Air Station Jacksonville, Florida. Construction may include but is not limited to the construction of a new facility and parking structure at NAS Jacksonville. The facility will conduct repairs of the Joint Strike Fighter (JSF) engine. The P683 project consists of a facility design for the Engine Repair Facility located at Naval Air Station (NAS), Jacksonville, Florida and will support the Fleet Readiness Center (FRC) operations. The facility is proposed as an approximately 300,000 gross-square-foot (GSF) one-story high bay engine repair facility with associated 20,000 GSF two-story support/office and administration areas and 300,000 GSF parking structure. It is a steel-framed structure with a combination of precast concrete walls and metal panel system, a modified bitumen roof, and shallow bearing foundation system. The engine repair facility will include operational areas, maintenance spaces, storage and support spaces and administrative areas. It will also include a Loading Area Weather Protection zone along the southern side of the facility. Built-in equipment includes 29 double-girder bridge dual hoist cranes (eleven 4.5-ton and eighteen 2-ton), crane rails, automated vertical storage system, and passenger elevator. This project will also include two surface parking lots, including a 1.34-acre temporary gravel parking lot (150 parking spaces) and 3.24-acre asphalt paved parking lot (288 spaces), and intersection improvements at Ranger and Birmingham. There are two existing administration buildings. each approximately 19,000 SF as well as a covered walkway that are scheduled to be demolished as part of this project. Occupants displaced from this demolition will be relocated to the administration extension on the engine repair facility. Project will be design-bid-build. NAICS Code: 2236220. The magnitude of construction is anticipated to be between $250M and $500M. General period of performance is anticipated to be approximately 880 calendar days. 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 as described in 29 U.S.C. 158 (f). Federal Acquisition Regulation (FAR) policy states: Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use PLAs in large-scale construction projects (defined as a construction projects with a total estimated cost at or above $35M) to promote economy and efficiency in the administration and completion of Federal construction projects. When awarding a contract in connection with a large-scale construction project, agencies shall require use of a PLA for contractors and subcontractors engaged in construction on the project, unless an exception(s) at FAR 22.504(d) applies. Reference is made to: FAR Subpart 22.5 Use of Project Labor Agreements for Federal Construction Projects; provision, FAR 52.222-33 Notice of Requirement for Project Labor Agreement; and to clause, FAR 52.222-34 Project Labor Agreement. In consideration of the above factors, and any others which may be deemed appropriate, the public is invited to provide responses on the use of a PLA for this construction project utilizing the attached questionnaire. This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder�s list. This survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended. Responses shall be submitted on the attached questionnaire via email to Cynthia McMonigle at cynthia.a.mcmonigle.civ@us.navy.mil, and cc: Lindsay Betteridge at lindsay.e.betteridge.civ@us.navy.mil, no later than 3:00 PM Eastern time on 10/24/2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/745f82cc631b4b97b6427d097563d793/view)
- Place of Performance
- Address: FL 32218, USA
- Zip Code: 32218
- Country: USA
- Zip Code: 32218
- Record
- SN07617011-F 20251012/251010230032 (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 |