Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SPECIAL NOTICE

Y -- Project Labor Agreement Notice, Fuel System Maintenance Dock (Hangar) (FSMD)

Notice Date
6/18/2025 8:05:41 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123625R185M
 
Response Due
7/10/2025 11:00:00 AM
 
Archive Date
07/20/2025
 
Point of Contact
Katelyn Vance, Phone: 7572017124, NICHOLAS LIZOTTE, Phone: 7572017310
 
E-Mail Address
katelyn.vance@usace.army.mil, Nicholas.Lizotte@usace.army.mil
(katelyn.vance@usace.army.mil, Nicholas.Lizotte@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Project Labor Agreement (PLA) Notice Fuel System Maintenance Dock (Hangar) (FSMD) Joint Base Langley-Eustis, Langley Air Force Base, Hampton, VA 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 $35 Million) construction project: Fuel System Maintenance Dock Hangar � Langley Air Force Base, Hampton, Virginia. NOTE: This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder�s list. This survey is for planning purposes only and shall not be constructed as a Request for Proposal or as an obligation on the part of 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. The Government will not contact the responders for clarification of information provided. All information will be held in a confidential manner and will only be used for the purposes intended. A. PROJECT DESCRIPTION The new Fuel System Maintenance Dock (Hangar) is a 26,749 SF hangar building that will accommodate two F-22A aircraft for safe concurrent maintenance activities while providing proper clearances throughout the facility. The adjoining administration, storage and utility spaces will provide proper support to the mission. The new facility is to provide a state of the art hangar and support facility with ample amounts of natural day lighting and acoustical design treatments counteracting its close proximity to the flight line. The facility will feature two F-22A maintenance work bays, sheltered in a high bay space, wrapped on three sides by a lower roofed structure for administration, support and utility spaces. B. PROJECT REQUIREMENTS The work to be completed under this contract consist of: Construction includes compacted fill above the 100-year flood plain, reinforced concrete foundations and floor slabs, structural steel frame at building core and load bearing metal studs at building wings. The roof system is a structural steel frame with trusses at building wings and open web joists at building core and a standing seam metal roofing on building wings and low slope single-ply membrane roofing system on building central core The project includes long-run outside plant communications and manhole/duct system pathway, connections to existing installation utility infrastructure, providing capacity to support facility loads. The project will include all necessary utilities, site preparation, pavements, site improvements, communication, remediation of petroleum contaminated soil within the footprint, security enhancements, area lighting, removal of utilities, and all necessary supporting work for a complete and usable facility. The facility must be able to withstand seismic and wind effects as prescribed in applicable codes and design guides. Utilities to include the development and support to long-run outside plant communications. Facility will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01 General Building Requirements. This project will comply with Department of Defense anti-terrorism/force protection requirements per Unified Facilities Criteria 4-010-01. C. SUPPLEMENTAL REQUIREMENTS In accordance with DFARS 236.204, the Magnitude of Construction for this project is between $25,000,000.00 and $100,000,000.00. The anticipated construction duration is 720 days from the Notice to Proceed (NTP). PLA is defined a s 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 states: Executive Order (E.O.) 14063, Use of Project Labor Agreement (PLA) for Federal Construction Projects, requires agencies to use Project Labor Agreements in large scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects. When awarding a contract in connection with a large-scale construction project (see FAR 22.502), agencies shall require use of Project Labor Agreements every contractor and subcontractor engaged in construction on the project agreement, 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: FAR Provision 52.222-23 notice of Requirement for Project Labor Agreement and FAR 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 for this construction project. D. PLA QUESTIONS TO INDUSTRY 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 PLA on this project. Of particular interest to the Government are responses 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 reference project? Are there large-scale construction projects in the area (over $35M, within 50 miles of Hampton, 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. Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. Identify any 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 on the referenced project. Additional Questions 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? How do union wage rates compare to prevailing wage rates for this type of project and in this area, i.e. prevailing wage rates under the Construction Wage Rates Requirements statue? Explain in detail. 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? What are the price impacts of allowing post-award PLAs versus PLAs with proposals? How will your price for the PLA costs in your offer prior to finalization during post award? What type of relief will post-award PLAs provide, if any? How much time is needed post-award to negotiate and submit a finalized PLA if required prior to award? What is the impact to the period of performance or contact completion date if post award PLAs are allowed? The information gathered in this exercise should include the following information on projects completed in the last 205 years: Project Name and Location Detailed Project Description Initial Cost Estimate vs. Actual Final Cost Was the project completed on time? Number of craft trades present on the project. Was a PLA used? Were there any challenges experienced during the project? Please provide your comments via e-mail to Katelyn Vance, Contract Specialist, at Katelyn.vance@usace.army.mil and copy Nicholas Lizotte, Contracting Officer, at nicholas.lizotte@usace.army.mil no later than 02:00 PM Eastern Daylight Time (EDT) on 10 July 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9812a4e7dc04155b06e9ea631d03eab/view)
 
Place of Performance
Address: Hampton, GA, USA
Country: USA
 
Record
SN07482174-F 20250620/250618230331 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.