Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2025 SAM #8595
SPECIAL NOTICE

Z -- Perform Operation & Maintenance (O&M) with Incidental Repair and Minor Construction, Naval Hospital Camp Pendleton (NHCP), California

Notice Date
6/6/2025 3:34:45 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W074 ENDIST MOBILE MOBILE AL 36602-3630 USA
 
ZIP Code
36602-3630
 
Solicitation Number
W127825R0028
 
Response Due
6/18/2025 3:00:00 PM
 
Archive Date
07/03/2025
 
Point of Contact
Penny E. Lett, Phone: 2514416162, CT-M Inbox
 
E-Mail Address
penny.e.lett@usace.army.mil, ct-cproposals-medcom@usace.army.mil
(penny.e.lett@usace.army.mil, ct-cproposals-medcom@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Addendum 1. W127825R0028 **** Solicitation number is changed and will be posted as W9127825RA046 **** 2. Also adding one more question to the list below. The construction community is invited to comment on the use of PLA�s by responding to the following questions: *** Per FAR 22.5, this acquisition is set to include PLA requirements. How does this effect your interest in this action? Are you less or more likely (and to what degree) to submit a bid when solicited, in regards to the PLA requirement? Do you have knowledge that a PLA has been used in the local areas on projects of this kind? If so, please provide supporting documentation. Are you aware of skilled labor shortage in the areas for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. Are you aware of time sensitive issues/scheduling requirements that would affect 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. TITLE: Perform Operation & Maintenance (O&M) with Incidental Repair and Minor Construction in Support of Defense Health Agency (DHA) Program, Naval Hospital Camp Pendleton (NHCP), California W127825R0028 **** Solicitation number is changed to W9127825RA046 **** The U.S. Army 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 O&M with Repair and Minor Construction incidental to the O&M mission. Project Description: Sustainment O&M services for the above buildings include, but not limited to plumbing systems, medical gas systems, fire suppression/protection systems, HVAC systems and controls, electrical systems and circuits, including emergency power, refrigeration systems, electronic systems, building exterior, interior finishes, and The Joint Commission (TJC) deficiency correction in accordance with ALL installation, state, and Federal codes and laws. Additionally, the contractor shall operate and maintain non-sustainment systems, separate from the basic building systems discussed above, that include, but are not necessarily limited to, the following: Moveable files and furniture in conjunction with the O&M task requirements. Electric locks and buzzers Pneumatic tubes and Trash tubes Communication systems support Windows and Glass Cleaning (Twice a year) Locksmith Operations Maintain as-built drawings The contractor shall submit various reports such as: monthly report shall be provided to the Facility Manager outlining those items which are showing wear and tear beyond their normal life expectancy and those items which require replacement or are expected to require replacement before the end of the next reporting period (i.e., items in a failed or failing condition). Additional reports required for TJC documentation, and/or as defined in the facility�s operation and maintenance management plan or other installation operating instructions, shall be submitted to the Facility Manager at scheduled intervals described in the document that requires the report. The contractor shall also provide daily �face to face� coordination with the Facility Management staff to facilitate effective facility O&M. The contractor shall provide a comprehensive preventive maintenance (PM) program and schedule PM actions in-accordance with manufacture�s recommendations. The contractor shall ensure that PMs are established and scheduled for all equipment requiring tests or inspection, even if the equipment is being inspected and/or tested by another contractor. Tasks addressed in a PM shall be completed under the PM, e.g., replace filters, tighten/replace belts, make minor adjustments, etc. Equipment identified for the Reliability Centered Maintenance; Predictive Maintenance (PDM) program will be performed at the 2nd quartile level. Additional Individual Job Orders or Service Orders may be required for more significant repairs (repair and/or minor construction incidental to the O&M mission). The Contractor shall ensure that a Real Property Inventory Equipment (RPIE) number exists or is created and is maintained in the Defense Medical Logistics Standard Support (DMLSS) for every existing and newly installed equipment item identified by TJC associated with utility systems and life safety, e.g. EC 02.05.07, etc. The contractor shall ensure that PM is prepared/created and scheduled in DMLSS that meets or exceeds TJC and NFPA inspection/test requirements. The contractor shall ensure accuracy of the DMLSS data at all times. The contractor shall have an automated inventory system that tracks and can provide written reports on the current status of on-stock inventory. The contractor shall establish as-builts in DMLSS-Draw base as this will be used along with AutoCAD for local use to keep all red lines up to date and provide drawings upon request. The contractor shall provide an experienced, trained AutoCAD operator. The contractor shall provide Emergency Maintenance Work to protect property from serious damage and any equipment failure which would result in stopping the delivery of proper healthcare and safety to personnel and patients. The contractor shall provide 24 hour/7 days per week emergency/alarm coverage call-back capability after normal duty hours for all facilities. PLA Background Information: 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). Large-scale construction project means a Federal construction project within the United States for which the total estimated cost of the construction contract to the Federal Government is $35 million or more. Pursuant to FAR 22.503, Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires the use of 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 22.502), agencies shall require use of project labor agreements for contractors and subcontractors engaged in construction on the project. The construction community is invited to comment on the use of PLA�s by responding to the following questions: Do you have knowledge that a PLA has been used in the local areas on projects of this kind? If so, please provide supporting documentation. Are you aware of skilled labor shortage in the areas for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. Are you aware of time sensitive issues/scheduling requirements that would affect 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. Responses are to be sent via email to penny.e.lett@usace.army.mil no later than 5:00PM (CDT) on 18 June 2025. Responses are limited to five (5) pages. This is NOT A REQUEST FOR PROPOSAL and does not constitute any commitment by the Government. Reponses 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 survey. Federal Acquisitions Regulation (FAR) 22.503, Policy states: Project Labor Agreement (PLA) is a tool that requires agencies to promote economy and efficiency in Federal procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/574ebd077db04bfbb7c3a96a248d59c0/view)
 
Place of Performance
Address: Camp Pendleton, CA, USA
Country: USA
 
Record
SN07468742-F 20250608/250606230052 (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.