Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SPECIAL NOTICE

Y -- Hurricane and Storm Damage Reduction Project, Raritan Bay and Sandy Hook Bay, Port Monmouth, NJ, Phase II - Contract 2

Notice Date
6/1/2016
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-16-PLA-0004
 
Archive Date
6/30/2016
 
Point of Contact
Ivan V. Damaso, Phone: 9177908708
 
E-Mail Address
ivan.v.damaso@usace.army.mil
(ivan.v.damaso@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Corps of Engineers New York District 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: Hurricane and Storm Damage Reduction Project, Raritan Bay and Sandy Hook Bay, Port Monmouth, NJ, Phase II - Contract 2 PROJECT DESCRIPTION Contract 2 includes construction of a vertical lift tide gate structure and a 120-cfs pumping station across Pews Creek. The gate structure will contain two 24-foot wide by 19-foot tall vertical lift gates. The lift gates will be supported by a pile-founded, reinforced concrete structure. The gate will operate by a motor-driven cable hoist system supported by monolithic piers. A pumping station will be constructed along the west bank of Pews Creek. A control building and a generator building will be constructed for the operation of the vertical lift gate and the pumping station. The control building will be approximately 11 feet wide by 29 feet long and contain a control room and an electrical room. The generator building will be approximately 21 feet wide by 27 feet long and will contain two back-up generators. Each building will be one-story high. On the west bank of Pews Creek, there will be a maintenance platform approximately 155 linear feet in length that will also serve as a levee. Low spots in the Keansburg levee will be raised from Port Monmouth Road to the pumping station platform. The maintenance area/levee will connect the existing Keansburg levee with the pumping station. On the east bank of Pews Creek, there will be 154 linear feet of sheet pile that will serve as a floodwall. The levee and structures will be constructed in the dry, requiring a temporary cofferdam, dewatering, and a temporary diversion channel for Pews Creek. Unsuitable material within the levee, pumping station, and gate structure footprint will be excavated and disposed of offsite. Work includes coordinating with utilities to provide electrical and telecommunication services to the site. Additional project features include fencing, soil erosion and sediment control measures and wetland vegetation planting. Range of Magnitude: Between $25,000,000.00 and $50,000,000.00. Period of Performance: Approximately 861 calendar days after Notice to Proceed. Notice to Proceed is anticipated to occur in September 2016. 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). Some of the factors that may be considered regarding PLA use are: a. The project will require multiple contractors and/or subcontractors working in multiple crafts or trades. b. There is a shortage of skilled labor in the region. c. Completion of the project will require an extended period of time. d. PLA's have been used on comparable projects undertaken by Federal, State, municipal, or private entities in this geographic area. e. A PLA will promote the agency's long term program interests, such as training of skilled workforce to meet the agency's future construction needs. 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 organizations if the agency decides that the use of project labor agreements will: 1. 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 2. 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 a PLA. Of particular interest to the Government are responses to the following questions: 1. Have comparable projects been undertaken by Federal, State, municipal, or private entities in the geographic area of this project? Do you have knowledge that a PLA has been used in the local area on similar projects? If so, please provide supporting documentation. For each project, please indicate if a PLA was used, if available, the initial and final cost, number of trades on the project, if the project was completed on time, and if there were any challenges such as labor shortages, labor related delays, safety issues, etc. 2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced projects? These projects will require construction contractors and/or subcontractors employing workers in multiple crafts or trades. Do you foresee any work on these projects that may result in both the prime contractor and at least one subcontractor, or two or more subcontractors, employing the same trade? Are there concerns by prime contractors on the availability of skilled construction labor? Are there large scale construction projects in the area (over $25M, within 50 miles of Port Monmouth) which could impact availability of skilled labor for the referenced projects? What is the anticipated volatility in the labor market for the trades required for the execution of the projects? Are existing apprentice programs providing sufficient numbers of skilled workers for future requirements? If so, please elaborate and provide supporting documentation where possible. 3. Are you aware of time sensitive issues/scheduling requirements that would impact the rate at which the referenced projects should be completed? If so, please elaborate and provide supporting documentation where possible. Is the proposed schedule/completion time one which would benefit from a PLA - if so, how? Will a PLA impact the completion time? How would a PLA benefit a project which contains a unique and compelling mission-critical schedule? 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. Are there any other economies or efficiencies derived by the Federal Government, if using a PLA? 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. 6. Are there any concerns regarding labor-management stability related to the referenced projects? Will the use of a PLA produce labor-management stability on these projects? 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 these projects, which a PLA could positively impact/resolve? What market share does union labor in construction trades have in the geographic area? Which existing Collective Bargaining Agreements will expire during construction of the referenced projects? 7. Will use of a PLA be conducive to ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other relevant matters on these projects? Are there instances where these standards have not been met on Federal contracts in the local area? Were PLAs used for those specific contracts? 8. What is the estimated relative cost impact of using a PLA? Will a PLA impact the cost of submitting an offer? 9. Will the use of a PLA impact the ability of potential bidders and subcontractors to meet small-business utilization goals? Should a PLA be executed on the above described Port Monmouth Phase II- Contract 2? What benefits do you believe a PLA could achieve? What other factors should the Corps consider before deciding whether to include PLA provisions for Port Monmouth Phase II- Contract 2? 10. Please identify any additional information you believe should be considered on the use of a PLA on the referenced project. 11. 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 Ivan V. Damaso, Contract Specialist, at ivan.v.damaso@usace.army.mil no later than 2:00 PM on 16 June 2016, EST. 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. Contracting Office Address: USACE District, New York ATTN: CENAN-CT 26 Federal Plaza New York, NY 10278-0090 Place of Performance: Middletown Township (Port Monmouth) New Jersey 07758
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-16-PLA-0004/listing.html)
 
Record
SN04135156-W 20160603/160601235229-1faf5ebfaa68a3e858a43a3821befc95 (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.