Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SPECIAL NOTICE

Y -- Design-Construct New Bed Tower and Infrastructure Improvements

Notice Date
7/26/2016
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-16-R-PLA0001
 
Archive Date
8/26/2016
 
Point of Contact
Kyle M. Rodgers, Phone: 2516903356, Jason Dalton, Phone: 2514415730
 
E-Mail Address
kyle.m.rodgers@usace.army.mil, Jason.J.Dalton@usace.army.mil
(kyle.m.rodgers@usace.army.mil, Jason.J.Dalton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This is a SPECIAL NOTICE. No proposals are being requested or accepted with this notice. The Corps of Engineers Mobile District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for a large scale construction project (exceeding $25 million) to design-construct the Phase 4 New Bed Tower and Infrastructure Improvements at the James A. Haley Veterans' Hospital (JAHVH), Tampa, FL, approx. 220,000 gross square foot structure between four and six stories tall with approx. 100 medical surgical single patient rooms, an intensive care unit and post operation acute care unit spaces. This includes modifications to existing campus building ground level and higher level accesses, parking, roads and pedestrian bridge, connections and additions to existing utility sources, new utilities as required, demolition of several existing facilities. The tower shall meet all VA requirements for new construction including Physical Security Critical Care facilities. The project shall be designed and certified LEED Silver. Design-build duration is estimated to be approx. 800 calendar days. Contractors shall have capability to perform design-build, prepare detailed design-build schedules and conduct intensive coordination with government to execute construction of very large building on limited space site with minimal interruption to existing JAHVH operations. 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). Accordingly, Offerors are requested to respond to this Special Notice regarding PLA with the following information: (1) Should PLAs be executed on selected large dollar contracts in Redstone Arsenal, AL and surrounding area? (2) Are there concerns by prime contractors on the availability of skilled construction labor? (3) Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? (4) What type of project should not be considered for PLA clauses? (5) What is the time impact to the completion of the contract due to a PLA? (6) What is the cost impact to the bid due to a PLA? (7) What other factors should the Corps consider before deciding to include PLA provisions in a Mobile Engineer District contract? (8) Please provide a list of recent (2-5 years) construction projects in the local labor market of the project under consideration. Include the following items: Project Name/LocationProject DescriptionInitial Cost Est/Actual Final CostWas the project completed on timeNumber of craft trades present on the projectPLA (Y/N)Were there any challenges experienced during the project? 1. 2. (9)Which trades are expected to be employed on this project? Are you likely to need some union skilled trades for at least part of this project? (10) What market share does union labor have in the geographic area for this project or type of construction? (11) Does the local market contain the sufficient number of available skilled workers for this project? Are there other projects in the vicinity going to limit the pool of skill labor available for your project? (12) Has a project like this been done before in the local market? (13) What investments have been made to support registered apprenticeship programs? (14) Have PLAs been used on comparable projects undertaken by the public sector in this geographic region? Have PLAs been used on this type of project in other regions? (15) Which CBAs are likely to expire during the course of the project under consideration that might cause delays? (16) How do open shop and union wage rates influence prevailing wage rates in the local market and compare to Davis Bacon rates? What impact does unionization in the local market have on wages? (17) Could a PLA contribute to cost savings in any of the following ways? -Harmonization of shifts and holidays between the trades to cut labor costs? -Minimization disruptions that may arise due to expiration of CBA? -Availability of trained, registered apprentices, efficient for highly skilled workforce? -Allowing for changes in apprentice to journeyman ration. -Serving as management tool that ensure highly skilled workers from multiple trades are coordinated in the most efficient way. -Others? (18) Could a PLA minimize risk and contribute to greater efficiency in any of the following ways? -Mechanisms to avoid delays -Complying with Davis Bacon and other labor standards, safety rules and EEO and OFCP laws. -Ensuring a steady supply of skilled labor in markets with low supply or high competition for workers. (19) Are there ways in which a PLA might increase costs on this particular project? Interested Offerors shall respond to this Special Notice no later than 11 August 2016. E-mail your response to kyle.m.rodgers@usace.army.mil and jason.j.dalton@usace.army.mil with the subject line W91278-16-R-PLA001. This Special Notice is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-16-R-PLA0001/listing.html)
 
Place of Performance
Address: Tampa, Florida, United States
 
Record
SN04196732-W 20160728/160726235352-c42370492141a667579e4c2dddb3bf21 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.