SOURCES SOUGHT
Y -- Project Labor Agreement � FY23 MCA 070551 Child Development Center, Schofield Barracks, Oahu, Hawaii
- Notice Date
- 2/1/2022 10:53:12 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858-5440 USA
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-22-Z-0011
- Response Due
- 2/15/2022 4:00:00 PM
- Archive Date
- 03/15/2022
- Point of Contact
- Dayna N. Matsumura, Phone: 8088354379, Fax: 8088354396, Kent Tamai, Phone: 8088354377, Fax: 8088354396
- 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)
- 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: MCA 070551 Child Development Center, Schofield Barracks, Oahu, Hawaii Project Description MCA 070551 Child Development Center, Schofield Barracks, Oahu, Hawaii project consists of constructing a design-bid-build large standard-design Child Development Center (CDC) under six years of age with adjacent outdoor play areas for children and supporting facilities at Schofield Barracks, and replace the current band practicing facility outside of the CDC project footprint. The Child Development Facility includes developmental learning modules, activity areas, an isolation room, changing areas, patron visitor waiting area, administrative support space, staff lounge work room, commercial kitchen, laundry, storage, supply rooms, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, Closed Circuit Television (CCTV) installation, and Energy Monitoring Control Systems (EMCS) connection. Additionally, the facility includes outdoor play areas with age appropriate child development equipment, safety surfacing, and fencing.� Sustainability and energy enhancement measures are included. In total, the project includes the 37,300 square foot Child Development Center building, 38,311 square feet of playground area, and 146 parking spaces (2,550 square yards). Supporting facilities for the Child Development Center include site development, utilities and connections, lighting, paving, parking, sidewalks, curbs and gutters, storm drainage, information systems, landscaping, and signage. Work will also include installation of video monitoring, alarm, and intercom systems for safety. Seismic construction design will be included in the proposed facility. Air conditioning will be provided by standalone chillers located adjacent to the facility. Measures in accordance with the Department of Defense Minimum Antiterrorism for Buildings standards will be provided. Access for individuals with disabilities will be provided. Additionally, the existing band practice facility that it is within the footprint of the proposed Child Development Center facility will be relocated to another site within Schofield Barracks. The replacement band practice facility will be approximately 5,000 to 7,000 square feet in area based on the unit specific needs. 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. Project Magnitude is $25M - $100M. 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) 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-- (i) 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 (ii) Be consistent with law. (Refer also to FAR 52.222-33 Notice of Requirement for PLA and FAR 52.222-34 Project Labor Agreement). Agencies may also consider the following factors in deciding whether the use of a PLA is appropriate for the construction project: (a) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades. (b) There is a shortage of skilled labor in the region in which the construction project will be sited. (c) Completion of the project will require an extended period of time. (d) PLAs have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project. (e) 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. (f) 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 Project Name / Location Detailed Project Description. Initial Cost Est. vs. Actual Final Cost Was the project completed on-time? Number of craft trades present on the project Was a PLA used? (Y/N) 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 February 15, 2022 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. Place of Contract Performance: Schofield Barracks, Oahu, Hawaii 96858 United States
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8482c7cb7ab94f999b8521b56422ce4c/view)
- Place of Performance
- Address: Fort Shafter, HI 96858, USA
- Zip Code: 96858
- Country: USA
- Zip Code: 96858
- Record
- SN06230543-F 20220203/220201230116 (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 |