SOURCES SOUGHT
Y -- Project Labor Agreement (PLA) - FY15 MCA PN70668 USARPAC Command and Control Facility (C2F) Phase 3, Fort Shafter, Oahu, Hawaii
- Notice Date
- 2/25/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A-16-Z-0011
- Archive Date
- 4/2/2016
- Point of Contact
- Dayna N. Matsumura, Phone: 808.835.4379, Kent Tamai, Phone: 808-835-4377
- E-Mail Address
-
Dayna.N.Matsumura@usace.army.mil, kent.a.tamai@usace.army.mil
(Dayna.N.Matsumura@usace.army.mil, kent.a.tamai@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Honolulu District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) on the following large scale construction project (exceeding $25 million) within the State of Hawaii: FY15 MCA PN70668 USARPAC Command and Control Facility (C2F) Phase 3, Fort Shafter, Oahu, Hawaii Project Description: FY15 MCA project consists of a Secure Operations Building (including a SCIF - sensitive compartmented information facility), Command Building, Support Operations Building and a Parking Structure. This project includes construction of administrative and special use spaces divided into specified security zones. Facility construction includes redundant mechanical and electrical systems with backup power for designated areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring connection. Sustainable Design and Development and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utility tunnel, utilities and connections, lighting, paving, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Air conditioning will be provided by connection to the complex central utility plant. Access for individuals with disabilities will be provided. The estimated performance of period is 48 months. Magnitude is $250M - $300M. 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). FAR 22.503 Policy provides that: (a) PLAs are 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 PLAs 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 PLAs 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. (Refer also to FAR 52.222-33 Notice of Requirement for PLA and FAR 52.222-34 PLA). (c) Agencies may also consider the following factors in deciding whether the use of a PLA is appropriate for the construction project: (1) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades. (2) There is a shortage of skilled labor in the region in which the construction project will be sited. (3) Completion of the project will require an extended period of time. (4) PLAs have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project. (5) A PLA will promote the agency's long term program interests, such as facilitating the training of a skilled workforce to meet the agency's future construction needs. (6) Any other factors that the agency decides are appropriate. 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 for this requirement. Of particular interest to the Government are responses to the following questions and tables: 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 area 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 impact 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. Please identify any additional information you believe should be considered on the use of a PLA on the referenced project. 7. Please identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. Please include information on projects completed in the last 2-5 years - a. Project Name / Location Detailed Project Description b. Initial Cost Est. / Actual final cost c. Was the project completed on-time? d. Number of craft trades present on the project e. PLA (Y/N) f. Were there any challenges experienced during project? (delays, investigations, health and safety issues, labor shortages, management / organizational issues, etc) Please provide your project specific comments via e-mail to Dayna Matsumura, at dayna.n.matsumura@usace.army.mil and Kent Tamai, at kent.a.tamai@usace.army.mil, no later than March 18, 2016 at 2:00 p.m., Hawaii Standard Time. 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 market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-16-Z-0011/listing.html)
- Place of Performance
- Address: Fort Shafter, Oahu, Hawaii, Fort Shafter, Hawaii, 96858, United States
- Zip Code: 96858
- Zip Code: 96858
- Record
- SN04030645-W 20160227/160225234223-db35310592c2d19b115c5a22d4afead6 (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 |