MODIFICATION
Y -- NCWI Industry Days December 3-4 2025 COMBINED NOTICE SOURCES SOUGHT PLA SURVEY
- Notice Date
- 11/20/2025 9:05:22 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20001 USA
- ZIP Code
- 20001
- Solicitation Number
- 36C10F26Q0007
- Response Due
- 12/2/2025 6:00:00 AM
- Archive Date
- 12/03/2025
- Point of Contact
- GERALD BRUSAW, CONTRACTING OFFICER, Phone: 224-428-3135
- E-Mail Address
-
GERALD.BRUSAW@VA.GOV
(GERALD.BRUSAW@VA.GOV)
- Awardee
- null
- Description
- Page 3 Subject: Combined Notice for Sources Sought and Project Labor Agreement Survey, West Los Angeles VAMC, National Center for Warrior Independence THIS IS A SOURCES SOUGHT AND PROJECT LABOR AGREEMENT SURVEY ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Department of Veterans Affairs Office of Construction and Facilities Management is: 1.) Issuing a Sources Sought as described in Volume I below and, 2.) Soliciting comments from the construction community regarding the use of Project Labor Agreements (PLAs) for large-scale federal construction projects exceeding $35 million described in Volume II below (pursuant to Executive Order 14063). Responses shall be submitted in a single email as two separate attachments Volume I Sources Sought Notice and Volume II Project Labor Agreement (PLA) Survey. All responses are due no later than 0900 AM Eastern Time on December 2, 2025 to Gerald.Brusaw@va.gov. VOLUME I SOURCES SOUGHT NOTICE The purpose of this notice is to gather information from the contractor community at large for the sole purposes of identifying prime contractors qualified and capable of performing the work described below. Further consideration outside of this stated purpose is not authorized and will not be further discussed. This is a sources sought notice. The Department of Veterans Affairs is interested in identifying prime contractors qualified and capable of performing the work described below. In your response, please indicate any and all socioeconomic statuses such as Small Business, 8(a), HUBZone, SDB, WOSB, SDVOSB, and/or VOSB. If responder is a large business, please indicate in your response. In order to receive consideration as an SDVOSB or VOSB concern your firm shall be registered as such at https://veterans.certify.sba.gov. Applicable NAICS code is 236220. DESCRIPTION OF WORK This sources sought is for a Request for Proposal (RFP) issued as a Two-Phase Design-Build procurement (Reference FAR 36). The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM) is establishing a National Center for Warrior Independence (NCWI) located at the West Los Angeles VAMC campus in Los Angeles, CA. The purpose of the NCWI is to restore the West LA campus to a thriving, veteran-centered community that promotes recovery, independence, and dignity. The Center will provide a national model addressing veteran homelessness by offering increased opportunities for Veteran housing and comprehensive services FboNoticeed in clinical excellence, trauma-informed care, and community reintegration. Seed Project/Task Order-The VA has identified several potential Design Build construction projects of varying scopes, complexities, and magnitudes necessary to complete the NCWI. The initial construction project (seed project) is the renovation to Bldg. 13 and 306 on the West Los Angeles VAMC campus. This project is the renovation of two buildings of approximately 50k sq ft combined, currently identified as contributing to the historic district. The goal is to transform the facility into the Veterans Independence Center which informs and provides ease of access to all VA Veteran benefits and services, inspires Veteran personal wellness and professional development, and provides meeting spaces and food options to the entire Los Angeles Veteran community to gather. The building will be reimagined as a vibrant, service-oriented space that honors its historical significance. Special attention will be given to preserving and highlighting original architectural features, such as the exterior façade. Unique features of the facility include narrow staircases, glazed block interior walls, equipment elevators, and two large exhaust hoods from a former kitchen. Exterior docks and other industrial elements are to be integrated or repurposed to support the building s new function while respecting its role within the historic district.� Additional work to be solicited under any resulting contract shall utilize design build methods and will include, but not be limited to general new construction, alterations, interior and exterior renovations, site-work, masonry, roofing, concrete, asphalt paving, storm drainage, environmental remediation, walks, grading, paving, drainage, mechanical and electrical work (heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical lighting, fire and intrusion alarms, communications elevators, etc.), landscaping, and necessary� removal and demolition of existing structures.� Types of projects may include, but are not limited to, commercial and institutional facilities, administrative and industrial facilities, housing facilities, childcare centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, auditoriums, religious facilities, manufacturing facilities, utility infrastructures, or other similar facilities.� � This survey is for planning purposes only and shall not be construed as a Request for Proposals or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of the market survey or otherwise pay for the information requested, nor will the Government provide a debriefing. All information will be held in strict confidence and will only be used for the intended purpose. Responses shall include the following information: 1. Company Name 2. Address 3. Point of Contact 4. Phone number and e-mail address 5. DUNS 6. Business size determination and qualifying Small Business status, including if applicable proof of represented Small Business status. 7. Firms aggregate and available bonding capacity. 8. Respondents shall submit a Capability Statement that exhibits clear and convincing evidence of your firm s capabilities and experience to perform the above-described tasks. The capability statement is not to exceed 5 pages. VOLUME II PROJECT LABOR AGREEMENT(PLA) SURVEY The purpose of this notice is to gather information from the contractor community at large for the sole purpose of determining whether or not to incorporate a PLA for general construction projects on the West Los Angeles VAMC for the National Center for Warrior Independence. Further consideration outside of this stated purpose is not authorized and will not be further discussed. Definition: A Project Labor Agreement (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 defined in Subpart 22.5 of the Federal Acquisition Regulation. Pursuant to the FAR, agencies are required to use PLAs in large-scale construction projects unless an exception applies. All PLAs must include: Provisions that bind all contractors and subcontractors on the construction project to the agreement; Allow all contractors and subcontractors on the construction project to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements; Contain language that guarantees against strikes, lockouts, and similar job disruptions; Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the term of the project labor agreement (i.e. grievance/arbitration procedures), Provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health; Specify the wages and fringe benefits of all classification or crafts working on the project; and Fully conform to all statutes, regulations, Executive Orders, and Presidential Memoranda. One or more labor organizations involved in the construction work. The intent of the use of PLAs is to advance the Government s interests in achieving economy and efficiency in Federal procurement including, by promoting quality assurance, efficient and on-time completion, and stability. In consideration of the above information and any other factors which may be deemed appropriate, the construction community is invited to comment on the use of PLAs for these general types of building construction projects. The Government intends to use the responses to the questions below to determine whether or not to incorporate a PLA for general construction projects on the West Los Angeles VAMC for the National Center for Warrior Independence. This survey is for planning purposes only and shall not be construed as a Request for Proposals or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of the market survey or otherwise pay for the information requested, nor will the Government provide a debriefing. All information will be held in strict confidence and will only be used for the intended purpose. DESCRIPTION OF WORK This project labor agreement (PLA) survey is for a Request for Proposal (RFP) to be issued as a Two-Phase Design-Build procurement (Reference FAR 36). The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM) is establishing a National Center for Warrior Independence (NCWI) located at the West Los Angeles VAMC campus in Los Angeles, CA. The purpose of the NCWI is to restore the West LA campus to a thriving, veteran-centered community that promotes recovery, independence, and dignity. The Center will provide a national model addressing veteran homelessness by offering increased opportunities for Veteran housing and comprehensive services FboNoticeed in clinical excellence, trauma-informed care, and community reintegration. Seed Project/Task Order-The VA has identified several potential Design Build construction projects of varying scopes, complexities, and magnitudes necessary to complete the NCWI. The initial construction project (seed project) is the renovation to Bldg. 13 and 306 on the West Los Angeles VAMC campus. This project is the renovation of two buildings of approximately 50k sq ft combined, currently identified as contributing to the historic district. The goal is to transform the facility into the Veterans Independence Center which informs and provides ease of access to all VA Veteran benefits and services, inspires Veteran personal wellness and professional development, and provides meeting spaces and food options to the entire Los Angeles Veteran community to gather. The building will be reimagined as a vibrant, service-oriented space that honors its historical significance. Special attention will be given to preserving and highlighting original architectural features, such as the exterior façade. Unique features of the facility include narrow staircases, glazed block interior walls, equipment elevators, and two large exhaust hoods from a former kitchen. Exterior docks and other industrial elements are to be integrated or repurposed to support the building s new function while respecting its role within the historic district.� Additional work to be solicited under any resulting contract shall utilize design build methods and will include, but not be limited to general new construction, alterations, interior and exterior renovations, site-work, masonry, roofing, concrete, asphalt paving, storm drainage, environmental remediation, walks, grading, paving, drainage, mechanical and electrical work (heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical lighting, fire and intrusion alarms, communications elevators, etc.), landscaping, and necessary� removal and demolition of existing structures.� Types of projects may include, but are not limited to, commercial and institutional facilities, administrative and industrial facilities, housing facilities, childcare centers, lodges, recreational/fitness centers, retail complexes, warehouses, offices, community centers, medical facilities, auditoriums, religious facilities, manufacturing facilities, utility infrastructures, or other similar facilities.� � Responses shall include answers to the following questions: How likely is it that your firm will submit a proposal in response to a solicitation which requires the use of project labor agreements and if not likely why? Are there qualified small businesses using or are willing to use PLAs in the area? If you answered, no to question 1, what additional information or resources would you need to assist you in developing a proposal for procurements which require a project labor agreement? Could a PLA minimize or increase risk and contribute to greater or lesser efficiency in any of the following ways? Help avoid delays or cause delays. Increase or decrease compliance with Davis Bacon and other labor standards, safety rules and EEO and OFCCP laws. Ensuring a steady supply of skilled labor in markets with low supply or high competition for workers. Reduce the number of skilled labor in the market. Capitalizing on its use as a management tool to ensure highly skilled workers from multiple trades are efficiently coordinated? What direct cost impacts, if any, will a PLA requirement have to this project? Provide specific examples such as cost of labor (burdened and unburdened) costs? Identify the labor category, labor mix, number of positions per category, number of hours, rate per hour, and fringe benefits. What schedule impacts, if any, will a PLA requirement have to this project. Identify specific reasons why you do not or do believe a PLA would advance the Federal Government's interest in achieving economy and efficiency in Federal procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e5848b75f5b546f7a2af4e7ff4d55060/view)
- Record
- SN07647430-F 20251122/251120230035 (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 |