SOURCES SOUGHT
Y -- PLA Survey - Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
- Notice Date
- 10/15/2025 2:22:37 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
- ZIP Code
- 61299-5001
- Solicitation Number
- W912EK26BA001-PLA
- Response Due
- 10/29/2025 10:00:00 AM
- Archive Date
- 11/13/2025
- Point of Contact
- Samantha Johanson, Brunson Grothus
- E-Mail Address
-
samantha.k.johanson@usace.army.mil, brunson.e.grothus@usace.army.mil
(samantha.k.johanson@usace.army.mil, brunson.e.grothus@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS A PROJECT LABOR AGREEMENT (PLA) SURVEY ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. No proposals are being requested or accepted with this notice. The Corps of Engineers, Rock Island 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 Cedar Rapids, Iowa. The U.S. Army Corps of Engineers, Rock Island District has a requirement for a construction contract for the project known as: Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station This project has previously been advertised under the Notice ID: ""W912EK25R0001-PLA"" and ""W912EK25R0001,"" however, changes to the project have led to a change in the acquisition strategy from Unrestricted, Best Value Trade-Off to Unrestricted, Invitation for Bid. Therefore, we are conducting this additional market research. Project Description: The work includes, but is not limited to, site demolition to include pavement removal, levee removal, utility removal, and plugging of abandoned utilities; temporary traffic controls; clearing, grubbing and stripping; construction of rigid and flexible pavements to include concrete curb and gutter; utility construction to include water main, storm sewer and manholes; earthwork to include structural excavation and impervious embankment fill; sheet pile installation; construction of cast-in-place concrete floodwalls, gatewells and retaining walls; geotechnical instrumentation and vibration monitoring; installation of relief wells, toe drains and cleanouts; aggregate, bedding stone and riprap placement; chain link fencing, access gate, safety rail and bollard installation; and site restoration to include brick pavers, topsoil and seeding. NAICS Code: 237990 Size Standard: $45,000,000.00 Estimated Range: Between $25,000,000 and $100,000,000 Unrestricted, Invitation for Bid On February 4, 2022, the President signed an Executive Order on the use of Project Labor Agreements for Federal Construction Projects (the �Order�), which requires the federal government to require a project labor agreement (�PLA�) before awarding any �large-scale construction contract,� defined as a contract for which the estimated cost is $35 million or more. PLAs are being evaluated in accordance with FAR 22.504(d); therefore, this project could be subject to the use of PLAs. It is requested as part of Market Research under this Sources Sought to provide responses to the following: 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. 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. 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. 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. 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. Identify any additional information you believe the Government should take into consideration regarding the use of a PLA on the referenced project. Does your company intend to bid/propose on this project if a PLA requirement is included in the solicitation? Does your company intend to bid/propose on this project if a PLA requirement is not included in the solicitation? What are the likely cost impacts, if any, to your bid/proposal price if a PLA requirement is included in the solicitation? Please provide as much detail as possible regarding any anticipated cost impacts (positive or negative) of the inclusion of a PLA requirement, including any information you can provide about the magnitude of the anticipated impact. This is NOT a Request for Proposals and does not constitute any commitment by the Government. Responses to this Project Labor Agreement (PLA) survey will be used by the Government to make appropriate acquisition decisions. All interested parties must respond to future solicitation announcements separately from responses to this Project Labor Agreement (PLA) survey. The responses to this SOURCES SOUGHT notice must be emailed to Samantha Johanson, samantha.k.johanson@usace.army.mil no later than 12:00 P.M. CST, on Wednesday, October 29th, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2ae38b54aa114f8796ecf1ef8da7e55e/view)
- Place of Performance
- Address: Cedar Rapids, IA, USA
- Country: USA
- Country: USA
- Record
- SN07620080-F 20251017/251015230042 (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 |