SPECIAL NOTICE
Z -- P1050 Maintenance Hangar, Naval Air Station Joint Reserve Base Fort Worth, TX
- Notice Date
- 1/29/2026 12:25:27 PM
- 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
- Solicitation Number
- N6945026RDC09
- Response Due
- 2/10/2026 11:00:00 AM
- Archive Date
- 02/25/2026
- Point of Contact
- Deborah Torrence
- E-Mail Address
-
deborah.d.torrence2.civ@us.navy.mil
(deborah.d.torrence2.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Project Labor Agreement (PLA) Request for Information (RFI) for P1050 Maintenance Hangar in the State of Texas 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 P1050 Maintenance Hangar at Naval Air Station Joint Reserve Base Fort Worth, TX. Construction may include, but is not limited to, a phased renovation of the interior and exterior of hangar 1050 including four separate interior admin spaces to better accommodate Marine Corps flight crews, equipment, and maintenance spaces for KC-130 and C-40 airframes. Interior renovations encompass repairs to all finishes, head facilities, mechanical, plumbing, electrical, lighting, wet pipe fire suppression, and fire alarm. Exterior renovations include refinishing and repairing of the hangar doors and egress components and replacement of the hangar roof. Hangar bay renovation includes new electrical distribution, water distribution, wastewater distribution, dry pipe fire suppression, epoxy floor coating, compressed air system, heating and ventilation system and replacement of existing maintenance cranes and support railing. Project will be design-bid-build. NAICS Code: 236220. The magnitude of construction is anticipated to be $100M � $250M. General period of performance is anticipated to be approximately 1,190 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 Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil no later than 2:00 PM Eastern on 02/10/2026.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5b25bfa8991740329613b8696591234f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07700381-F 20260131/260129230036 (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 |