SOLICITATION NOTICE
Y -- P131 ELECTRICAL CAPACITY AND COOLING TOWERS, NAVAL SUPPORT ACTIVITY BETHESDA, MARYLAND
- Notice Date
- 11/28/2012
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
- ZIP Code
- 00000
- Solicitation Number
- N4008013R1101
- Response Due
- 12/11/2012
- Archive Date
- 12/26/2012
- Point of Contact
- NOLA CAMPBELL 202-685-3192 DONALD WHITE
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- 1. This source selection procurement shall utilize a Two Phase Design-Build Selection Procedures issuing one solicitation with the intent to award a Firm Fixed Price Design-Build contract for the project entitled P131 Electrical Capacity and Cooling Towers at Naval Support Activity, Bethesda, Maryland. Phase One of the procurement process is a narrowing phase for up to a maximum of five (5) firms (design-build teams) based on technical factors. Phase One technical factors may include: Technical Approach, Experience, and Safety. Phase Two technical factors may include: Technical Solution, Energy and Sustainable Solution, Small Business Utilization, and Past Performance. Only those proposers selected in Phase One will be allowed to proceed into Phase Two. In support of design-build work, the Contractor shall employ the services of an architect/engineering professional experienced in the coordination of multi-disciplined architectural/engineering design efforts. 2. The scope of work includes, but is not limited to labor, supervision, tools, materials, and equipment necessary to perform demolishing and reconstructing three existing cooling towers, and constructing a fourth cooling towers cell without service interruption to accommodate each new tower with a capacity of 13,000 GPM. In addition to the cooling towers, this project includes constructing a 13.8kV electric underground service upgrade based on PEPCO s requirement to improve the capacity of the campus-wide power distribution infrastructure at the existing electrical vault. The construction magnitude is between $25,000,000 and $100,000,000. The project duration is estimated at 574 calendar days. The estimated project completion date is December 2015. 3. The budget includes the cost to construct the contractor designed facility. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, is the most advantageous and offers the best value to the Government considering non-cost price, past performance, and price evaluation factors. 4. Unless otherwise indicated in the synopsis, this is an Internet-only solicitation. It is the bidders/offerors responsibility to check this site daily in order to be notified of any changes to this solicitation. The Pre-Proposal Conference and Site Visit will occur during Phase Two. 5. The solicitation for Phase One will be issued on or about 11 January 2013. Phase One proposals will be due on or about 12 Feb 2013 at NAVFAC Washington, Washington, DC at the time specified in the solicitation. 6. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ and https://www.fbo.gov/when it becomes available. HARD COPIES WILL NOT BE PROVIDED. Notification of any amendments to the solicitation will only be made on the NECO website for any posted changes. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR ANY AMENDMENTS ISSUED TO THE SOLICITATION. 7. 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: (a) Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects. (b) 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 (1) Advance the Federal Government's 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 (2) Be consistent with law. Reference: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement Clause 52.222-34 Project Labor Agreement. Requested are responses to the following: a.Category of Construction (e.g. Residential, Building, Highway, Heavy). b.Estimated cost, duration, deadline and complexity. c.Which trades are expected to be employed on the project? d.Does the local market contain the sufficient number of available skilled workers for this project? 1. Has a project like this been done before in the local market? 2. Are the other projects in the vicinity going to limit the pool of skill labor available for your project? 3. What investments have been made to support registered apprenticeship programs? e.Will the completion of the project require an extended period of time or have sensitive deadlines? f.Have PLAs been used on comparable projects undertaken by the public or private sector in this geographic region within the past 2-5 years? g.Have PLAs been used on this type of project in other regions within the past 2-5 years? h.Which CBAs are likely to expire during the course of the project under consideration that might cause delays? i.How do open shop and union wage rates influence prevailing wage rates in the local market and compare to Davis-Bacon rates? What impact does unionization in the local market have on wages? j.Could a PLA contribute to cost savings in any of the following ways? 1. Harmonization of shifts and holidays between the trades to cut labor costs? 2. Minimizing disruptions that may arise due to expiration of CBA 3. Is availability of trained, registered apprentices, sufficient for highly skilled workforce? 4. Allowing for changes in apprentice-to-journeyman ratio. 5. Serving as a management tool that ensures highly skilled workers from multiple trades are coordinated in the most efficient way? 6. Other? k.Could a PLA minimize risk and contribute to greater efficiency in any of the following ways? 1. Mechanisms to avoid delays 2. Complying with Davis-Bacon and other labor standards, safety rules, EEO and OFCCP laws. 3. Ensuring a steady supply of skilled labor in markets with low supply or high competition for workers l.Are there ways in which a PLA might increase costs on this particular project? m.What other factors should NAVFAC consider before deciding to include PLA provisions in a Washington DC Metropolitan contract? Responses shall be submitted via email to Nola Campbell at nola.campbell@navy.mil and to Donald White at donald.c.white@navy.mil no later than 2:00 PM EST on 11 December 2012. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this labor market survey will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008013R1101/listing.html)
- Place of Performance
- Address: Naval Station Activity
- Zip Code: Bethesda, Maryland, Bethesda, MD
- Zip Code: Bethesda, Maryland, Bethesda, MD
- Record
- SN02938591-W 20121130/121128234613-194386369dd07e88501c0dc724048d37 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |