Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2025 SAM #8665
SPECIAL NOTICE

Y -- Project Labor Agreement (PLA) Market Survey - LTC Luis E. Martinez Army Reserve Center (ARC) Perrine, FL - Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS)

Notice Date
8/15/2025 9:35:26 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Response Due
9/2/2025 9:00:00 AM
 
Archive Date
09/17/2025
 
Point of Contact
Alex Hamilton
 
E-Mail Address
alex.j.hamilton@usace.army.mil
(alex.j.hamilton@usace.army.mil)
 
Description
THIS IS A PROJECT LABOR AGREEMENT (PLA) SURVEY ONLY. No proposals are being requested or accepted with this PLA notice. Description: The Corps of Engineers Louisville District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLAs) for a large-scale construction project (exceeding $35 million) for the following: Project Scope: This project is a Design/Bid/Build requirement from the LTC Luis E. Martinez ARC for the Renovation of Army Reserve Center (ARC) & Construction of Area Maintenance Support Activity (AMSA). Reconfigure and modernize the 1600-member LTC Luis E. Martinez Army Reserve Center (ARC) located in Perrine, Florida. Primary facilities include alteration and renovation of the existing 78,625 square foot LTC Luis E. Martinez ARC training building, construction of a new collocated Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS), and new Organizational Storage Building. Supporting facilities include land clearing, building demolition, paving, concrete aprons, vehicle wash rack/platform, bilevel equipment loading ramp, mobile kitchen trailer pad, SATS Trailer canopy, fencing, general site improvements and utility connections. Accessibility for the disabled will be provided. Antiterrorism force protection and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1- 200-02) including energy efficiencies, building envelope and integrated building systems performance. The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 236220. 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 described in 29 U.S.C. 158(f). Federal Acquisition Regulation (FAR) Policy: FAR 22.502 requires agencies to use Project Labor Agreement (PLA) in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects. An agency may, if appropriate, require that every contractor and subcontractor 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: a. 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 b. Be consistent with law. References: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement; Clause: 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 PLAs. Of particular interest to the Government are 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 region 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 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. 8. Please select one of the following: a. My company will not submit a proposal if PLA is required. b. My company plans to submit a proposal whether PLA is required or not. c. My company only plans to submit a proposal if PLA is required. In addition to affirmative responses, we are seeking negative responses to identify any potential actions we may take to improve the competitive environment. Please provide a response with feedback including rationale for not wanting to submit a proposal and any recommendations that could promote interest. Please provide your comments via e-mail to Alex.J.Hamilton@usace.army.mil no later than 12:00 PM Eastern Time on 02 September 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8792082d047e474fb727622e5807e11f/view)
 
Place of Performance
Address: Miami, FL 33177, USA
Zip Code: 33177
Country: USA
 
Record
SN07552816-F 20250817/250815230043 (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.