DOCUMENT
Y -- DESIGN-BUILD PROJECT FOR P-229 WEAPONS SURVEILLANCE AND TEST LABORATORY AND CALIBRATION LABORATORY AT NAVAL WEAPONS STATION SEAL BEACH, CA. - Attachment
- Notice Date
- 4/8/2013
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N62473 NAVFAC SOUTHWEST, DESERT IPT CODE ROPDA CODE ROPDA 1220 Pacific Highway San Diego, CA
- Solicitation Number
- N6247313PLASB
- Response Due
- 4/15/2013
- Archive Date
- 4/30/2013
- Point of Contact
- RAYMOND GLORIA
- E-Mail Address
-
32-4425<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Naval Facilities Engineering Command, Southwest is seeking comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for a large scale construction project (exceeding $25 million) within Orange County, CA. This project is for P-229 Weapons Surveillance and Test Laboratory (WSTL) and Calibration Laboratory (CAL Lab) at Naval Weapons Station, Seal Beach, California. The WSTL will contain technical office space, conference room, vault (~100 SF inside RF general lab), secured storage, and environmentally controlled laboratories and shops. The WSTL provides technical program support in quality evaluation and surveillance testing for the Strategic Systems Program Office on the United States' primary nuclear deterrent, the Trident II Reentry Body Systems. Project development includes sustainable design features under the Energy Policy Act (EPAct) 2005 and uses Leadership in Energy and Environmental Design (LEED) credits to ensure compliance. These design features enable reduction in water consumption and optimize energy performance. The CAL Lab is a depot-level calibration laboratory (lab code SBA) with a Joint Navy Audit Certification (JNAC) for specific measurement parameters within the measurements areas of: electrical, microwave, and physical mechanical. The Construction Cost Limitation (CCL) for this project is $26,800,000.00. A planned modification for Furniture, Fixtures & Equipment (FF&E) has a budget amount of $2,192,000.00 and is separate from the above project funding limit. The appropriate North American Industry Classification System (NAICS) Code is 236220 with a Small Business Size Standard of $33.5M. The use of a Project Labor Agreement (PLA) is being considered for this project pursuant to Executive Order 13502, Use of Project Labor Agreements for Federal Construction Projects (February 6, 2009). 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 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 (2) Be consistent with law. Reference: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement Clause 52.222-34 Project Labor Agreement. Use the attached Project Labor Agreement Inquiry Form for your responses. Your response to this sources sought announcement must be received by 2:00 pm Pacific Standard Time (PST) on 15 April 2013. NO LATE RESPONSES WILL BE ACCEPTED. E-mail your response to Raymond Gloria at raymond.gloria@navy.mil. 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/N68711AB/N6247313PLASB/listing.html)
- Document(s)
- Attachment
- File Name: N6247313PLASB_Enclosure_(2)_-_PLA_Inquiry_Form.pdf (https://www.neco.navy.mil/synopsis_file/N6247313PLASB_Enclosure_(2)_-_PLA_Inquiry_Form.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247313PLASB_Enclosure_(2)_-_PLA_Inquiry_Form.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247313PLASB_Enclosure_(2)_-_PLA_Inquiry_Form.pdf (https://www.neco.navy.mil/synopsis_file/N6247313PLASB_Enclosure_(2)_-_PLA_Inquiry_Form.pdf)
- Place of Performance
- Address: 800 SEAL BEACH BLVD, SEAL BEACH, CA
- Zip Code: 90740
- Zip Code: 90740
- Record
- SN03030849-W 20130410/130408234040-4971199c1d42e6b1a037e1c75056ddd0 (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 |