SOURCES SOUGHT
56 -- PLA for a TEMF and Warehouse
- Notice Date
- 4/24/2018
- 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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-18-PLA-BarstowECSWarehouseandTEMF
- Archive Date
- 5/23/2018
- Point of Contact
- Adam Wantland, Phone: 5023156197
- E-Mail Address
-
Adam.Wantland@usace.army.mil
(Adam.Wantland@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Subject: Louisville District Corps of Engineers Soliciting Comments on the Potential Use of Project Labor Agreements (PLAs) for a TEMF and Warehouse located in Barstow, CA. Solicitation Number: W912QR-18-PLA BarstowECSWarehouseandTEMF Response Date (MM-DD-YYYY): 05-08-2018 Description: The Corps of Engineers Louisville District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLAs) from large scale construction projects (exceeding $25 million) for the following project: This project is a design/bid/build project to construct a Modified Tactical Equipment Maintenance Facility (TEMF) and General Purpose Warehouse in the vicinity of Barstow, CA for Equipment Concentration Site (ECS) 171. Supporting facilities include land clearing, utility connections, concrete aprons, gravel Privately-Owned Vehicle (POV) parking, two vehicle wash racks, equipment loading ramp and an overhead crane spanning work bays. Accessibility for the disabled will be provided. Antiterrorism/Force Protection (AT/FP) and physical security measures will be incorporated into the design including maximum standoff distances from roads, parking areas and vehicle unloading areas. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 32 Tons). The TEMF facility is approximately 41,112 SF and the Warehouse is approximately 37,500 SF. Total of 78,612 SF. 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. 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. Of particular interest to the Government are responses to the following questions: a. Should PLAs be executed on selected large dollar contracts within the above referenced location by the Louisville District? What other factors should the Corps consider before deciding to include PLA provisions in a Louisville District contract? What type of project should or should not be considered for PLA? b. Is the use of PLAs effective in achieving economy and efficiency in Federal procurement? What is the estimated relative cost impact, or any other economies or efficiencies derived by the Federal Government, if using PLAs? Will a PLA impact the cost of submitting an offer? c. Is the use of PLAs effective in producing labor-management stability? Have labor disputes or other labor issues contributed to project delays in the local area? d. Is the use of PLAs conducive to ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other relevant matters? Are there instances where these standards have not been met on Federal contracts in the local area? Were PLAs used for those specific contracts? e. Projects will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades. Do you foresee any work on projects that may result in both the prime contractor and at least one subcontractor, or two or more subcontractors, employing the same trade? f. Are there concerns by prime contractors on the availability of skilled construction labor? Information may reference current apprenticeship statistics and workforce age demographics. Email responses to Adam Wantland at Adam.Wantland@usace.army.mil. If you have questions please contact Adam Wantland at Adam.Wantland@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice 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/DACA27/W912QR-18-PLA-BarstowECSWarehouseandTEMF/listing.html)
- Place of Performance
- Address: Barstow, California, United States
- Record
- SN04899237-W 20180426/180424230523-55ebe3103e83749a504c63b1b08ac263 (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 |