Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
MODIFICATION

Y -- Project Labor Agreement for the Project: Repair/Renew Building #40 Forensic Toxicology Drug Testing Lab/Department of Clinical Investigation, Tripler Army Medical Center, Honolulu, HI

Notice Date
7/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-14-PLA-2
 
Response Due
8/1/2014
 
Archive Date
9/26/2014
 
Point of Contact
marta l anerton, 256-895-1442
 
E-Mail Address
USACE HNC, Huntsville
(marta.l.anerton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: Solicitation to be issued to USACE Huntsville Center MRR Unrestricted MATOC Contractors The Corps of Engineers Huntsville Center is soliciting comments from the construction community addressing the potential use of a Project Labor Agreement (PLA) for the following large scale (exceeding $25 Million) construction project: Repair/Renew Building #40 Forensic Toxicology Drug Testing Lab/Department of Clinical Investigation, Tripler Army Medical Center, Honolulu, HI Project Description: This DESIGN-BUILD project is to repair/renew Forensic Toxicology Drug Testing Lab/Department of Clinical Investigation, Building #40, Tripler Army Medical Center. The intent of this project is to provide a complete Forensic Toxicology Drug Testing Laboratory and Department of Investigation which meets all current codes, regulations and standards, including those of a BSL 2 Laboratory and Tripler Army Medical Guidelines. The repair/renewal effort shall: reconfigure the existing floor plan in order to provide a more efficient work flow for both the FTDL and DCI; replace all existing mechanical, electrical, and plumbing systems; provide fire suppression, fire alarm, public address and mass notification systems, replace all interior finishes; provide telecommunications and security systems; replace the existing elevator and add an additional elevator; remove/abate all hazardous materials. The contractor shall provide transition space as Building #40 will be turned over to the Contractor for the duration of the construction project and occupants will be relocated to Contractor provided transition space. The Contractor shall provide all labor, materials, and equipment necessary to safely complete the repair and renewal activities in accordance with the requirements of UFC 1-200-02 High Performance and Sustainable Building Requirements. New Construction, New Addition and Major Renovations shall comply with the applicable section of the NEPA 101, UFC 4-510-1, Whole Building Design Guide, ADA/ADAAG and Military Health System Guide plates. Range of Magnitude: Between $25,000,000 and $100,000,000. Period of Performance is approximately 30 months after Notice to Proceed. Notice to Proceed is anticipated to occur during the second quarter of FY15. Some of the factors that may be considered regarding PLA use are: a. The involvement of multiple contractors and/or subcontractors working in multiple crafts or trades. b. The complexity of the project c. Shortage of skilled labor in the region d. Completion of the project will require an extended period of time. e. The use of PLA's on other comparable projects in this geographic area. f. The promotion of the Government's long term program interest such as training of skilled workforce for future projects. g. The possibility of labor disputes that threaten timely completion. h. Additional costs form use of PLAs may be cost prohibitive. 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 described in 29 U.S.C. 158(f). Federal Acquisition Regulation (FAR) Policy: a. Project Labor Agreement (PLA) is 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 project labor agreements 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 project labor agreement with one or more labor organization if the agency decides that the use of project labor agreements will: a. Advance the Federal Government's 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 b. Be consistent with law. Reference: Provision 52.222-33 Notice of Requirement for Project Labor Agreement Clause 52.222-34 Project Labor Agreement In consideration of the above factors, and any others which may be deemed appropriate, the construction community is invited to comment on the use of PLAs. Of particular interest to the Government are responses to the following questions: 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. 2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? Are there large scale construction projects in the area (over $25M, within the State of Hawaii which could impact availability of skilled labor for this project? What is the anticipated volatility in the labor market for the trades required for the execution of the project? Please provide supporting documentation. 3. Are you aware of time sensitive issues/scheduling requirements that would impact the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4. Is the proposed schedule/completion time one which would benefit for a PLA - if so, how? Will a PLA impact the completion time? Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? 5. Are there any concerns regarding labor-management stability related to this project? Will the use of a PLA produce labor-management stability on this project? Have labor disputes or other labor issues contributed to project delays in the local area? Are you aware of examples of labor-management conflicts in the area which could impact the efficiency of this project, which a PLA could positively impact/resolve? 6. Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 7. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 8. Please identify any additional information you believe should be considered on the use of a PLA on the referenced project. 9. Please identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. Please provide your comments via e-mail to Marta Anerton Contract Specialist at marta.l.anerton@usace.army.mil no later than 12:00 noon August 01, 2014 CST This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this labor market survey will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-14-PLA-2/listing.html)
 
Place of Performance
Address: Tripler Army Medical Center 1 Jarrett White Road Honolulu HI
Zip Code: 96859
 
Record
SN03440491-W 20140730/140728235302-44234ada9b79cf258e2b10abec587596 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.