SPECIAL NOTICE
Y -- SPECIAL NOTICE (PLA): DLA General Purpose Warehouse, NAS Corpus Chrisi TX
- Notice Date
- 2/3/2025 9:58:04 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- DEPT OF THE NAVY
- ZIP Code
- 00000
- Solicitation Number
- N6945025RDC07
- Response Due
- 2/18/2025 11:00:00 AM
- Archive Date
- 03/05/2025
- Point of Contact
- Sheila Borges, Lindsay Betteridge
- E-Mail Address
-
sheila.i.borges.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(sheila.i.borges.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- This is a request for information (Questionnaire attached). This is not a Request for Proposals (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB) and it shall not be construed as an obligation on the part of the Government. There will be no solicitation, specification, or drawings available at this time. Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) is soliciting comments from the construction community addressing the use of Project Labor Agreements (PLA) for construction projects (including new work, additions, alterations, and repairs). This project constructs a one-story GPW for DLA, located on NAS, Corpus Christi, Texas. The project consists of a non-combustible structural system consisting of steel columns, girders and joists bearing on a tilt-up insulated, reinforced concrete exterior wall system supporting a modified bitumen roof membrane over rigid insulation and metal deck roof system. The 156,600 square foot GPW has a 26� clear stacking height clearance requirement divided into two equal storage bays by a 4-hour fire-rated reinforced concrete wall extending upward through the roof per fire code. A nominal 1,300 square foot Admin area, within the northeast corner of the warehouse, comprised of an accessible Break and Open Office Area, Copy, Electrical and Telecom, Storage/Mechanical, and Male/Female Restrooms. A remote Restroom is located within the warehouse on the south side of the 4-hour wall. To meet the demand of a fully sprinklered warehouse, a one story, 600 square foot CMU Fire Pump Building with a primary electric fire pump and secondary diesel powered fire pump for redundancy to ensure the fire pump operational if the electric power grid failed. The separate Fire Pump building is located along the northwest corner of the warehouse at grade level. The east face of the warehouse has a vehicle service ramp for forklift access through an opening and exterior roll-up door. The north face of the building includes (2) weather-sealed truck doors with dock levelers, a 28� wide forklift ramp with 20� wide overhead door access into the building, and an interior steel bridge crane used for pick-up and inspection of crated materials delivered to the site. The building, located on Lot 550, to have sustainability and energy conservation measures incorporated into the building design through GBI Guiding Principles compliance. Special foundations may be required per geotechnical engineering report. The project will be design-bid-build, North American Industry Classification System (NAICS) Code is 236220 � Commercial and Institutional Building Construction with the annual size standard of $45 million. Project Magnitude is between $25,000,000 and $100,000,000. The general period of performance is anticipated to be approximately 718 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). Effective January 22, 2024, Final Rule (FAR Case 2022-003), implements Executive Order (E.O.) 14063, Use of PLAs for Federal Construction Projects, which requires the use of PLAs in large-scale (defined as $35 million or more) Federal construction projects within the United States. Contractors and subcontractors working on large-scale construction projects must negotiate or become party to a PLA with one or more labor organizations unless an exception is granted. This requirement applies to new solicitations, including task or delivery orders, issued on or after January 22, 2024. The Government is requesting information to determine if the use of project labor agreements will (1) advance the Federal Government's interest in achieving economy and efficiency in Federal procurement; (2) promote adequate competition at a fair and reasonable price; and (3) be consistent with statutes, regulations, laws etc. The Government is seeking information from both unionized and non-unionized contractors, as well as contractors familiar with the federal marketplace as well as new entrants, that may be interested in participating in competition for this procurement. 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 construction community is invited to comment on the use of a PLA for this proposed project using 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. After review of the responses to this special notice, the Government intends to make a determination to pursue an exception to the mandatory use 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 on the attached questionnaire via email to Sheila Borges, sheila.i.borges.civ@us.navy.mil and Lindsay Betteridge, lindsay.e.betteridge.civ@us.navy.mil no later than 2:00 PM ET on February 18, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/68a644281b1d450f989c1f007b46561c/view)
- Place of Performance
- Address: Corpus Christi, TX, USA
- Country: USA
- Country: USA
- Record
- SN07330492-F 20250205/250203230043 (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 |