SPECIAL NOTICE
Y -- PROJECT LABOR AGREEMENT INQUIRY FOR FY23 MCON P-209, DRY DOCK 3 REPLACEMENT, JOINT BASE PEARL HARBOR HICKAM, HAWAII
- Notice Date
- 5/26/2022 11:13:48 AM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742P209PLA
- Response Due
- 6/5/2022 5:00:00 PM
- Point of Contact
- Chelan N. Crane, Phone: 8084710794
- E-Mail Address
-
chelan.n.crane.civ@us.navy.mil
(chelan.n.crane.civ@us.navy.mil)
- Description
- This is a Project Labor Agreement survey for trade unions only.� This is not a request for proposal, request for quote, or an invitation for bid.� There will be no solicitation, specification, or drawings available at this time. NAVFAC Pacific is soliciting comments from trade unions addressing the potential use of Project Labor Agreements (PLA) for the titled project above. Project Description:� The work for this project generally includes the construction of a concrete dry dock and related work at Pearl Harbor Naval Shipyard (PHNSY) to service fast attack submarines. �The dry dock designated as Dry Dock 5 (DD5) will be located northwest of the existing Dry Dock 3 (DD3).� The project includes, but is not limited to, site clearing and demolition, construction of a temporary parking lot, MEC/CERCLA dredging, dredging/excavation, reclamation including soil improvements, revetments, dry dock, quay walls, dewatering pumphouse, chiller pumphouse, substations, basin water treatment system, restrooms, crane maintenance area, fire water tanks and fire water pump house, gas bottle storage area, high pressure air system, low pressure air building and distribution, replacement sewer pump house, UM (utilities management) storage building and Station X with adjacent pad for HECO Substation X. This is a design-build project with significant design-bid-build elements.� NAICS Code: 237990 � Other Heavy and Civil Engineering Construction.� The magnitude of construction is anticipated to be $1,000,000,000 � $3,000,000,000.� The period of performance is anticipated to be approximately 1,976 calendar days.� 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 as described in 29 U.S.C. 158 (f).� Federal Acquisition Regulation (FAR) Policy states: 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 engaged in construction on the project agree, for a particular 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 (1) 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 (2) be consistent with law. �Reference is made to provision, FAR 52.222-33 Notice of Requirement for Project Labor Agreement, and to clause, FAR 52.222-34 Project Labor Agreement. In consideration of the above factors, and any others which may be deemed appropriate, trade unions are invited to comment on the use of PLAs for this project.� Responses to this synopsis that are received by Contractors will not be considered. This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder�s list.� After review of the responses to this synopsis, the Government intends to make a determination to pursue the inclusion of a PLA or not.� The Government will not contact the responders for clarification of information provided. �This survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. �The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. �The Government will not provide a debriefing on the results of this survey. �All information will be held in a confidential manner and will only be used for the purposes intended. Responses shall be submitted via email to Ms. Chelan Crane at chelan.n.crane.civ@us.navy.mil no later than 2:00 p.m. Hawaii Standard Time on June 5, 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb725e91bf754d869ebeab920aa118e7/view)
- Place of Performance
- Address: JBPHH, HI, USA
- Country: USA
- Country: USA
- Record
- SN06339521-F 20220528/220526230057 (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 |