Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2020 SAM #6960
SPECIAL NOTICE

99 -- Project Labor Agreement

Notice Date
12/17/2020 6:15:35 AM
 
Notice Type
Special Notice
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Response Due
1/8/2021 12:00:00 PM
 
Archive Date
01/23/2021
 
Point of Contact
Donna R. Larson, Phone: 4022903692
 
E-Mail Address
donna.r.larson@usace.army.mil
(donna.r.larson@usace.army.mil)
 
Description
The Corps of Engineers Omaha District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for large scale construction projects (exceeding $25 million) within the Ellsworth Air Force Base (Rapid City), South Dakota area. Provide your responses NLT 2PM, Central local time, Friday, 8 January 2021 to donna.r.larson@usace.army.mil. Ensure your response is limited to 5 pages and the Subject Line of your response includes �PLA Survey � Ellsworth Air Force Base. Please provide your contact information in the body of the email. A PLA is defined as a pre-hire collective bargaining agreement between a Prime contractor and 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 22.503) Policy provides that: Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects. An agency may, if appropriate, require that every contractor and subcontractor, or certain subcontractors, 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 organizations if the agency decides that the use of project labor agreements will (i) Advance the Federal Governments 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 (ii) Be consistent with law. Reference: FAR 52.222-33 Notice of Requirement for Project Labor Agreement; FAR 52.222-34 Project Labor Agreement. Request responses to the following questions: (1) 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. (2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the reference project? If so, please elaborate and provide supporting documentation where possible. (3) 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. (4) Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. (5) Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. (6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. (7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. The information gathered in this survey should include the following information on projects completed in the last 2 � 5 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? Project Description: Construct a B-21 Low-Observable Restoration Facility (LO Hangar) at Ellsworth Air Force Base (EAFB), South Dakota (SD).� This is one of the first major construction projects that serves as part of a multi-year facilities beddown in support of the B-21 program at EAFB, SD. This project will provide a new +/- 95,500 SF 2-bay hangar facility and associated airfield apron, site features, utilities, and infrastructure for maintenance of low observable characteristics of the emerging B-21 airframe. The project may also include bid options for furniture, furnishing and equipment (FF&E), intrusion detection systems (IDS), access control systems (ACS), and closed-circuit television (CCTV) systems. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, aircraft, and base design standards.� In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified.� This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special construction and functional requirements: The project will be constructed on Row 60 of flightline facilities at EAFB. As such, the project will be constructed adjacent to � and is required to integrate with � active airfield operations. Demolition of existing facilities, utilities, and infrastructure � to include hazardous materials contaminated hangars, apron, and soils may be required. New airfield apron will be designed in compliance with UFC 3-260-02 and will be constructed in compliance with UFGS 32 13 14.13. Facility functional areas include two (2) hangar bays sized to fit B-2A �Spirit� aircraft with an environmental control system designed to provide temperature and humidity conditions for low observable maintenance. Each hangar bay is equipped with two sets of hangar doors in order to create a supply air plenum to be used in coordination with multiple filter walls in order to meet air quality, volume, and speed requirements associated with the facility mission set. Adjacent mechanical room accommodate the large and complex mechanical systems/equipment required to maintain those environmental conditions. Each hangar bay is capable of operating independent from the other and is equipped with complex infrastructure and building systems capable of supporting this emerging airframe and mission set. A series of �dirty� and �clean� support areas and corridors allow for maintenance and support functions to occur in a manner that protects the health and safety of all building occupants. Such functions also protect the viability of these complex maintenance operations. A central administrative/support component is located between and adjacent to the hangar bays. The facility contains a secure space to be designed and constructed to ICD/ICS 705 criteria. Special oversight of this space may be required. The estimated construction cost of this project is between $70,000,000 and $100,000,000. The estimated period of performance is 1,095 calendar days. Contractors responding to this market survey must submit their responses via e-mail to Donna Larson at donna.r.larson@usace.army.mil no later than 2PM Central Local Time, Friday, 8 January 2021. Provide your responses NLT 2PM, Central Standard Time, Friday, 8 January 2021 to donna.r.larson@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3740a53b081b41e997a8ba5667581d3c/view)
 
Place of Performance
Address: Ellsworth AFB, SD 57706, USA
Zip Code: 57706
Country: USA
 
Record
SN05876463-F 20201219/201217230114 (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.