Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2026 SAM #8815
SPECIAL NOTICE

Y -- Basic Military Training (BMT), Dining and Classroom Facility (DCF) 4

Notice Date
1/12/2026 1:22:25 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G26RA028
 
Response Due
1/27/2026 12:00:00 PM
 
Archive Date
02/11/2026
 
Point of Contact
Christine Noriega, Matthew Dickson
 
E-Mail Address
christine.noriega@usace.army.mil, matthew.s.dickson@usace.army.mil
(christine.noriega@usace.army.mil, matthew.s.dickson@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
PROJECT LABOR AGREEMENT (PLA) 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. The Fort Worth District, U.S. Army Engineer Corps of Engineers is soliciting comments from potential offerors addressing the potential use of PLA's for large scale construction projects. The market survey is for the Basic Military Training (BMT), Dining and Classroom Facility (DCF) 4, Lackland Air Force Base (AFB), San Antonio, Texas. A separate solicitation will be issued in FY 2026 for the construction contract award in Fiscal Year 2026. Magnitude of Construction: Between $250,000,000 and $500,000,000. Project Scope: Construct a BMT, DCF, utilizing conventional design and construction methods to accommodate the mission of the facility. The construction includes a multi-story facility consisting of a drilled pier foundation, concrete floor slabs, structural steel frame, masonry walls, standing seam metal roof, and an elevator. areas include kitchen, dining areas, and multiple classrooms for the residents of two Airmen Training Complexes. The project will include all site improvements, utilities, pavements, communications, and all other work necessary to make complete and useable facilities. site improvements and environmental remediation will be addressed to ensure removal of asbestos, and any additional work needed to mitigate potential hazard. facility will be designed as permanent construction in accordance with department of defense unified facilities criteria 1-200-01, general building requirements. Federal Acquisition Regulation (FAR) Policy: 1. FAR 22.5 and 36.104(c) requires agencies to use Project Labor Agreement (PLA) in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects. 2. 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 agreement with one or more labor organizations if the agency decides that the use of project labor agreements will: 3. 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 4. Be consistent with law. References: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement Clause: 52.222-34 Project Labor Agreement. ***See the following �PLA survey submittal requirements� for required requested information*** Please provide your responses via e-mail to Contract Specialist, Christine Noriega at christine.noriega@usace.army.mil and courtesy copy Contract Officer, Matthew S. Dickson at matthew.s.dickson@usace.army.mil by January 27, 2026, 2:00pm, Central Standard Time. PLA Survey Submittal Requirements: Question 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. Question 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. Question 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. Question 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. Question 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. Question 6: Identify any additional information you believe should be considered on the use of a PLA on the referenced project. Question 7: Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. Question 8: Would the addition of PLA requirements for solicitation W9126G26RA028 for BMT, DCF 4, change your decision to submit a proposal if adequate time were given to prepare proposals? Question 9: Do you anticipate a significant price increase with implementation of the PLA requirement? We are requesting that industry respond to this Request For Information to provide the Government with support and documentation not just the nine questions above. If you believe any of the exemptions and additional market research requirements listed above would be justified provide documentation and support not to exceed 20 pages. Please ensure you provide any support you believe would assist the Government with making their determination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e95c546afb974f3fa4e9d5884ce64d62/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN07683569-F 20260114/260112230038 (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!  © 1994-2026, Loren Data Corp.