Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SPECIAL NOTICE

Y -- Southern Expansion - Project Labor Agreement (PLA Notice)

Notice Date
7/10/2020 2:52:53 PM
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123621R2002
 
Response Due
7/25/2020 7:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Synease S McArthur, Phone: 7572017062, Katya Oxley, Phone: 7572017026
 
E-Mail Address
synease.s.mcarthur@usace.army.mil, ekaterina.oxley@usace.army.mil
(synease.s.mcarthur@usace.army.mil, ekaterina.oxley@usace.army.mil)
 
Description
The Corps of Engineers Norfolk District is soliciting comments from the construction community addressing the potential use of a Project Labor Agreement (PLA) for the following large scale (exceeding $50 Million) construction project: Southern Expansion at Arlington National Cemetery (ANC) Arlington, Virginia. Project Description:� The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the construction of the following facilities: Operations Building, Maintenance Facilities, Warehouse Buildings, Parking Garage and Cemetery Expansion, Columbaria, Committal Shelter, and Air Force Memorial Integration. The two distinct construction elements of the project are adjacent to one another, the cemetery expansion elements of work will be located north of realigned Columbia Pike and the vertical construction elements for the operations building, warehouse buildings, and 2-story parking garage are located immediately south of realigned Columbia Pike. Operations Building, Maintenance Facilities, Warehouse Buildings, Parking Garage: Construct operations building (administrative space, offices, conference rooms, and training facilities) and maintenance facilities, laydown and storage space (90,000 GSF); and a parking structure for government vehicles, employees, family members, and visitors. Building will include climate control, interior lighting, toilet facilities, elevator systems, interior furnishings, and equipment, and security systems. Building constructions shall be suitable for the environment and compliment the architectural theme and considerations of Arlington National Cemetery. Provide special foundations to address the varying soil conditions on the site. Improvements also include landscaping, plantings and all supporting utilities to include water, sanitary sewer, storm sewer, natural gas, communications/information systems, and underground electrical service. Site infrastructure will include roads, staging / parking areas, pedestrian walkways, and curbs and gutters. Anti-terrorism/force protection measures shall be included to the extent required by regulation and all constructions shall comply with ADA requirements and considerations. Cemetery Expansion, Columbaria, Committal Shelter, and Air Force Memorial Integration: Develop approximately 50 acres of land previously identified as the Navy Annex site and from the realignment of local and state roads to increase burial space at Arlington National Cemetery. Project will provide approximately 70,000 additional interment spaces in a manner consistent with the character of Arlington National Cemetery. The project will involve substantial earthwork including large scale excavation and grading in soils characteristic to the project site, extensive landscaping and installation of high-quality turf, and culturally significant structures with monumental decorative or commemorative stonework. The improvements include committal service shelters, circulation space (both vehicular and pedestrian). The majority of the earthwork will be performed during the roadway realignment project. The existing Air Force Memorial will be incorporated into the Arlington National Cemetery to provide a seamless experience to visitors through the relocation and alteration of existing cemetery boundary walls and addition of a pedestrian access point. Exterior site improvements include pre-set concrete crypts for in-ground burials, in-ground cremated remains, above-ground columbaria, an ornamental security and boundary fence, secure pedestrian access point, visitor and family gathering and reflection areas, reconstruction of the historic Sheridan Gate, construction of a new gate to be named in honor of Freedman's Village, landscaping, plantings and all supporting utilities to include water, sanitary sewer, storm sewer, natural gas, communications / information systems, and underground electrical service. Site infrastructure will include roads, pedestrian walkways, and curbs and gutters. Includes limited hazardous materials remediation and removal, as required. Demolition will include existing burial operations complex, existing roadways, parking areas, utilities and related improvements. Provide special foundations to address the varying soil conditions on the site. Anti-terrorism/force protection measures shall be included to the extent required by regulation and all constructions shall comply with ADA requirements and considerations. Work will need to be coordinated with cemetery operations. The New Operations Complex must be completed and operational prior to demolishing the existing operations complex. In accordance with DFARS 236.204, magnitude of construction projects is as follows: Operations Building, Maintenance Facilities, Warehouse Buildings, and 2-story Parking Garage: between $25,000,000.00 and $100,000,000.00 Cemetery Expansion, Columbaria, Committal Shelter, pre-set crypts, and Air Force Memorial Integration: between $100,000,000.00 and $250,000,000.00. The anticipated construction duration is 1,500 calendar days from the notice to proceed. 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). 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: 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 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 response to the following questions: 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. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project?� Are these large scale construction projects in the area (over $50M, within 50 miles of Arlington, VA) which could impact availability of skilled labor for this project?� What is the anticipated volatility in the labor market for the trades required for execution of the project?� Please provide supporting documentation. 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. 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? 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? Identify specific reasons why you don�t believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. Please identify and additional information you believe should be considered on the use of a PLA on the referenced project. Identify any additional information you believe should be considered on the non-use of a PLA for on the referenced project. � The information gathered in this exercise should include the following information on projects completed in the last 2-5 years: 1) Project Name and Location 2) Detailed Project Description 3) Initial Cost Estimate vs. Actual Final Cost 4) Was the project completed on time? 5) Number of craft trades present on the project 6) Was a PLA used? 7) Were there any challenges experienced during the project? Please provide your comments via e-mail to Mrs. Synease S. McArthur at email:� synease.s.mcarthur@usace.army.mil, and a copy to Ekaterina Oxley, Contracting Officer at Ekaterina.Oxley@usace.army.mil no later than 10:00 AM EDT on July 15, 2020. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/cf5c23a386704b4abcba473fa7c88845/view)
 
Place of Performance
Address: Arlington, VA, USA
Country: USA
 
Record
SN05717335-F 20200712/200710230155 (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  © 1994-2020, Loren Data Corp.