Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2025 SAM #8742
SPECIAL NOTICE

Y -- P617 TRANSIT PROTECTION PROGRAM FACILITY, NSB KINGS BAY, GA

Notice Date
10/31/2025 9:15:10 AM
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945026R0012
 
Response Due
11/17/2025 11:00:00 AM
 
Archive Date
12/02/2025
 
Point of Contact
Deborah D Torrence
 
E-Mail Address
deborah.d.torrence2@us.navy.mil
(deborah.d.torrence2@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. Naval Facilities Engineering System Command (NAVFAC) Southeast 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 a Transit Protection Program Facility at Naval Submarine Base (NSB) Kings Bay, GA. Construction may include, but is not limited to, Construction of a general-purpose berthing pier, trestle with controlled access, floating small craft berthing piers, wave attenuators, operational storage facility with trailered boat parking, compressed air system, guard shack, MOGAS and Diesel Fuel Marine (DFM) distribution systems, and a MOGAS storage system, all in support of the Transit Protection Program (TPP) and SUBASE missions (20+ vessels of varying sizes). All facilities and infrastructure that will be of permanent construction must be built for a 50-year service life. Project shall have phased construction and shall include construction and maintenance of temporary small craft berthing and associated utilities for all TPP and SUBASE small craft vessels to facilitate ongoing operations during demolition and construction of new facility. Project includes Advanced Metering Infrastructure (AMI), Supervisory Control and Data Acquisition (SCADA) Systems, and Cybersecurity for utilities. This project will provide Anti-Terrorism Force Protection (ATFP) features and comply with ATFP regulations and physical security mitigation in accordance with Department of Defense DoD Minimum Anti-Terrorism Standards for Buildings located in the State of Florida. Project will be design-bid-build. NAICS Code: 237990. The magnitude of construction is anticipated to be $250M � $500M. General period of performance is anticipated to be approximately 2,100 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). 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. Responses shall be submitted on the attached questionnaire via email to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil no later than 2:00 PM Eastern on 11/17/2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/86d0322c573a41bdae41e47bccc9101c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07632587-F 20251102/251031230030 (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.