Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2024 SAM #8108
SPECIAL NOTICE

F -- PLA Notice for Wyckoff Debris Removal and Wall Replacement at Bainbridge Island, WA

Notice Date
2/6/2024 10:56:49 AM
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW24WYCKOFFWALLPLA
 
Response Due
2/21/2024 1:00:00 AM
 
Archive Date
03/07/2024
 
Point of Contact
John Scola, Susan Newby
 
E-Mail Address
john.p.scola@usace.army.mil, susan.f.newby@usace.army.mil
(john.p.scola@usace.army.mil, susan.f.newby@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PROJECT LABOR AGREEMENT (PLA) 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 Seattle District is soliciting comments from the construction community addressing the required use of PLA for large scale construction projects as defined by FAR 22.502 (Total estimated costs of the construction contract to the Federal Government is $35 million or more) within Bainbridge Island, Washington. DESCRIPTION OF WORK: The U.S. Army Corps of Engineers (USACE) Seattle District has a requirement for the �Wyckoff Debris Removal and Wall Replacement� which is an environmental remediation service project to replace a failing sheet pile wall (1400 ft. length) at a U.S. Environmental Protection Agency (EPA) superfund remedial site on the National Priorities List (NPL) located on Bainbridge Island, Washington. The major component is heavy environmental remediation service of replacing the wall including a subsurface reinforced soil-mix wall (about 40 ft. deep) installed using the cutter soil mix (CSM) method; ground improvements (up to 80 ft. below ground surface) using In-Situ Soil Stabilization (ISS) to improve wall stability and reduce loads on the CSM wall or sheet pile wall; and an upper, un-coupled, precast wall along the entire site perimeter (1400 ft.). Installation of this replacement wall will require removal of subsurface debris such as old bulkheads, riprap, foundations, and backfill material in the areas to be disturbed. The new CSM wall and debris removal to facilitate the wall and ISS improvement is adjacent to a cantilever sheet pile wall that is in moderate to poor condition, the sheet pile wall is retaining contaminated soils and must remain competent with minimal movement until the CSM wall is in place. Historically Wyckoff was a wood treatment facility. Over this period of operation, the soil and groundwater at Wyckoff became severely contaminated with creosote products, pentachlorophenol (PCP), and diesel which was used as a carrier fluid for PCP based wood treating oils. Creosote and diesel fuel remnants can be found as Non-Aqueous Phase Liquids (NAPL) in soil and sediment at the site. Site will require 40-hour HAZWOPER certification and has potential PPE requirements including respirators based on NAPL release within the debris removal and ISS sections. MAGNITUDE: In accordance with DFARS 236.204, the magnitude of the estimated cost of construction (ECC) range for this project is between $25,000,000 and $100,000,000. FACTORS TO BE CONSIDERED: Some of the factors that may be considered regarding PLA use are: (1) FAR 22.504(d)(i): Requiring a project labor agreement on the project would not advance the Federal Government's interests in achieving economy and efficiency in Federal procurement. The exception shall be based on one or more of the following factors: (A) The project is of short duration and lacks operational complexity. (B) The project will involve only one craft or trade. (C) The project will involve specialized construction work that is available from only a limited number of contractors or subcontractors. (D) The agency's need for the project is of such an unusual and compelling urgency that a project labor agreement would be impracticable. (2) The unique and compelling schedule requirements of a particular project (e.g., projects that are tied to court-imposed deadlines or mission-critical schedules may provide a basis for a PLA requirement). (3) Skilled labor shortages (e.g., projects located in a remote location where a contractor may encounter difficulties in recruiting and retaining a skilled workforce for an extended period, or projects where there may be competition within the contractor community due to concurrent large-scale construction contracts in the project vicinity). FEDERAL ACQUISITION REGULATIONS (FAR): PLAs are required for all construction projects estimated at $35 Million or greater (using appropriated funds), unless an exception applies, as provided at FAR 22.504(d). INDUSTRY COMMENTS: The construction community is invited to comment on the use of PLAs using 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 referenced 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 Government�s interest in achieving economy and efficiency in Federal procurement. 5) Identify specific reasons why you do not believe a PLA would advance the Federal Government�s 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. Please provide a list of recent (2-5 years) construction projects in the local labor market of the project under consideration. The information gathered in this exercise should include the following information: a) Project Name and Location b) Detailed Project Description c) Initial Cost Estimate vs. Actual Final Cost d) Was the project completed on time? e) Number of craft trades present on the project f) Was a PLA used? g) Were there any challenges experienced during the project? THIS IS NOT A SOLICITATION FOR PROPOSALS AND DOES NOT CONSTITUTE ANY COMMITMENT BY THE GOVERNMENT. Responses to this PLA market survey will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitations announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b876768f84e040bf96cd13b37b60db48/view)
 
Place of Performance
Address: Bainbridge Island, WA 98110, USA
Zip Code: 98110
Country: USA
 
Record
SN06955965-F 20240208/240206230043 (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.