Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2024 SAM #8376
SOURCES SOUGHT

Y -- Project Labor Agreement (PLA) Request for Information (RFI) for Construction Project for Building and/or Heavy (non-building/residential) Requirements for P939 � Launcher Equipment Processing Building, NBK Bangor, Silverdale, WA, NAVFAC Northwest

Notice Date
10/31/2024 1:50:04 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM NORTHWEST SILVERDALE WA 98315-1101 USA
 
ZIP Code
98315-1101
 
Solicitation Number
N4425525RF004
 
Response Due
11/8/2024 2:00:00 PM
 
Archive Date
11/23/2024
 
Point of Contact
Jodus Hortin, Phone: (360) 315-8317, Natalie Johnson, Phone: (360) 315-8319
 
E-Mail Address
jodus.d.hortin.civ@us.navy.mil, natalie.a.johnson48.civ@us.navy.mil
(jodus.d.hortin.civ@us.navy.mil, natalie.a.johnson48.civ@us.navy.mil)
 
Description
This is a request for information/market survey.� 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. Description: Naval Facilities Engineering Systems Command (NAVFAC), Northwest is soliciting comments from the public addressing the potential use of Project Labor Agreements (PLA) for the following construction project. �The construction project is for Building and/or Heavy (non-building/residential) requirements in support of P939 Launcher Equipment Processing Building, Naval Base Kitsap (NBK) Bangor, located in the State of Washington. Construction may include, but is not limited to, a single-story building with reinforced concrete foundation and walls, and a roof structure of steel-joist with insulated standing seam metal panels. The building will include high bay equipment processing areas, inert equipment storages, a test area, and personnel support spaces. One processing area will include a semi-truck drive through lane. The test area will include a pit and test stand for conducting weight tests of launcher equipment. Constructs two storage facilities which are entirely reinforced concrete structures. Each design-approved structure will include a mechanical room and a storage space for launcher equipment and material containing explosives. Facility-related control systems include cybersecurity features in accordance with current Department of Defense (DoD) criteria. Special construction features include soundproofing of designated sections of the facility and structural premiums required to support the crane system (e.g., over-sized columns, reinforced sections of flooring). Special construction features will also provide with one or more of the following features: one or more strengthened walls, venting to relieve excessive gas or shock pressures, or frangible construction of sections of the structure. Site preparation includes erosion and sediment control measures, tree removal, site clearing, earthwork, grading and preparation for construction. Special foundation features include structural fill to backfill and level the site. Electrical utilities include primary and secondary distribution systems, outside lighting, transformers, and telecommunications infrastructure. Project will be design-bid-build (DBB).� NAICS Code: 236220.� In accordance with DFARS 236.204(iii), the magnitude of construction is anticipated to be between $100,000,000 and $250,000,000.� General period of performance is anticipated to be approximately 24 months. 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: Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use PLAs in large-scale construction projects (defined as a construction projects with a total estimated cost at or above $35M) 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, agencies shall require use of a PLA for contractors and subcontractors engaged in construction on the project, unless an exception(s) at FAR 22.504(d) applies. Reference is made to: FAR Subpart 22.5 Use of Project Labor Agreements for Federal Construction Projects; 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, the public is invited to provide responses on the use of a PLA for this construction project utilizing the attached questionnaire.� 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 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. Submission Instructions: Responses shall be submitted on the attached questionnaire via email to jodus.d.hortin.civ@us.navy.mil and natalie.a.johnson48.civ@us.navy.mil no later than 2:00 p.m. PST, 08 November 2024. Please title the subject line of your e-mail as �(Insert Company Name) � P939 PLA RFI Questionnaire � N4425525RF004�. Emails can be no larger than 5 MB in size. If more than 5 megabytes are needed, more than one email may be sent.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a76b092016d540eeadb15443a1d7f4ad/view)
 
Place of Performance
Address: Silverdale, WA 98315, USA
Zip Code: 98315
Country: USA
 
Record
SN07254658-F 20241102/241031230119 (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.