SPECIAL NOTICE
Y -- PLA Survey -Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA)
- Notice Date
- 12/3/2025 2:39:08 PM
- Notice Type
- Special Notice
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW-26-R-4000
- Response Due
- 12/18/2025 4:00:00 PM
- Archive Date
- 01/02/2026
- Point of Contact
- Linda O'Brien, Phone: 2067646804, Susan Newby, Phone: 2067646754
- E-Mail Address
-
linda.s.obrien@usace.army.mil, susan.f.newby@usace.army.mil
(linda.s.obrien@usace.army.mil, susan.f.newby@usace.army.mil)
- Description
- Subject: Hydrant Area C Refueling Facilities at Fairchild Air Force Base (FAFB), Spokane, Washington (WA) NAICS Code: 237120- Oil and Gas Pipeline and Related Structure Construction. Product Service Code: Y1NA, Construction of Fuel Supply Facilities THIS IS A PROJECT LABOR AGREEMENT (PLA) SURVEY ONLY. This is a SPECIAL NOTICE. No proposals are being requested or accepted with this notice. The U.S. Army Corps of Engineers Seattle District is soliciting comments from the construction community addressing use of a Project Labor Agreement (PLA) for an upcoming project for the Construction of the Hydrant Area C Refueling Facilities at Fairchild Air Force Base (FAFB), Spokane, Washington. DESCRIPTION OF WORK: The Construction of the Hydrant Area C Refueling Facilities at Fairchild Air Force Base (FAFB), Spokane, Washington (WA) consists of providing a new hydrant loop which will include hydrant pits, fuel piping, fuel equipment, and the removal and replacement of airfield pavement. The loop will connect to a new pumphouse, which will include all necessary equipment including pumps, filter separators, fuel equipment control systems, product recovery tank, generator, and a leak detection system. This project will provide operational fuel storage tanks with all associated appurtenances including secondary containment; construct truck offloading stations for fuel receipt and truck fill stands for fuel loading along with associated equipment canopies. Cybersecurity measures will be applied to facility related control systems in accordance with current DoD criteria. This project will include the construction of site fuel piping to connect the pumphouse to the operational fuel storage tanks, truck offload stations, and truck fill stands. It will provide a transfer fuel line to connect the new hydrant loop site to the existing bulk fuel storage facilities. Environmental mitigation addresses the excavation, handling, and disposal of soil contaminated with Pe- and polyfluoroalkyl substances (PFAS) as well as the treatment and filtering of similarly contaminated groundwater, to the extent necessary to accomplish construction work. Site improvement includes truck refueler parking, general pavement, fences, gates, fire protection, and lighting. Construct all necessary water, sewer, electric, and communication utility lines and connections. Site development includes general site clearing, leveling, and appropriate storm drainage infrastructure. Period of Performance is anticipated to be approximately 1035 calendar days, with a construction award targeted for fiscal year 2027. MAGNITUDE: In accordance with DFARS 236.204, the magnitude of the estimated cost of construction (ECC) range for this project is between $25,000,000 and $100,000,000. FACTORS TO BE CONSIDERED: Some of the factors that may be considered regarding PLA use are the following: The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades. There is a shortage of skilled labor in the region in which the construction project will be sited. Completion of the project will require an extended period of time. PLAs have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project. A PLA will promote the agency�s long term program interests, such as facilitating the training of a skilled workforce to meet the agency�s future construction needs. Any other factors that the agency decides are appropriate. FEDERAL ACQUISITION REGUATIONS (FAR) 22.502 DEFINITIONS: Project labor agreement means 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). FAR 22.503 � POLICY: a. PLA are 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 PLAs in connection with large-scale construction projects. 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 PLA with one or more labor organizations if the agency decides that the use of PLAs will: Advance the Federal Governments 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; Be consistent with law. (Refer also to FAR 52.222-33 Notice of Requirement for PLA and FAR 52.222-34 PLA). INDUSTRY COMMENTS: The construction community is invited to comment on the use of PLAs using the following questions: If a PLA requirement is included in the solicitation, will your company submit a bid/proposal? __ Yes __ No 2. If a PLA requirement is not included in the solicitation, will your company submit a bid/proposal? __ Yes __ No 3. 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. 4. 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. 5. 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. 6. 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. 7. 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. 8. Identify any additional information you believe should be considered on the use of a PLA on the referenced project. 9. What are the likely cost impacts, if any, to your bid/proposal price if a PLA requirement is included in the solicitations? Please provide as much detail as possible regarding any anticipated cost impacts (positive or negative) of the inclusion of a PLA requirement, including any information you can provide about the magnitude of the anticipated impact. (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): 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? Were there any challenges experienced during the project? THIS IS NOT A SOLICITATION FOR PROPOSALS AND DOES NOT CONSTITUTE ANY COMMITMENT BY THE GOVERNMENT. Responses to this PLA market survey will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitations announcements separately from responses to this market survey.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8dfea93536804cbf9bc909fe8726cf76/view)
- Place of Performance
- Address: Spokane, WA, USA
- Country: USA
- Country: USA
- Record
- SN07656083-F 20251205/251203230032 (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 |