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 -- Design and Construction of 325th Fighter Wing Headquarters, Tyndall AFB, Florida

Notice Date
7/10/2020 6:25:02 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127820R0047
 
Response Due
7/27/2020 12:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Elizabeth Trimble, Phone: 2516903329, Kyle M. Rodgers, Phone: 2516903356
 
E-Mail Address
elizabeth.m.trimble@usace.army.mil, kyle.m.rodgers@usace.army.mil
(elizabeth.m.trimble@usace.army.mil, kyle.m.rodgers@usace.army.mil)
 
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 a Project Labor Agreement (PLA) for a large scale construction project (exceeding $25 million) at Tyndall AFB, FL. This market survey is being posted for Construction of Zone 8 � Design and Construction of 325th Fighter Wing Headquarters, Tyndall AFB, Florida (Bay County).� Description of Work: Design and construction of a 26,487sf 325th Fighter Wing Headquarters facility. The main facility will contain administrative space for the Command Wing from office with support operations functions including Protocol, Comptroller, History, Inspection General, Information Protection, Public Affairs, Wing Safety, Plans and Programs, and Drug Demand & Reduction Plan. The facility will also contain a Command Post and a Crisis Action Team (CAT). A second 3.061sf APPR/SARC facility will contain the administrative space for the Special Victims Counsel. 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 at Tyndall AFB, FL 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/Location Project Description Initial Cost Est/Actual Final Cost Was the project completed on time Number of craft trades present on the project PLA (Y/N) Were there any challenges experienced during the project? (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 27 July 2020. �E-mail your response to elizabeth.m.trimble and kyle.m.rodgers@usace.army.mil. The subject line of the email shall be W9127820R0047 PLA Response. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/441fea8fed2e46a4b0f4ea8edf5f7a0f/view)
 
Place of Performance
Address: Tyndall AFB, FL 32403, USA
Zip Code: 32403
Country: USA
 
Record
SN05717336-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.