Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2022 SAM #7695
MODIFICATION

Y -- Albeni Falls Dam Fish Passage

Notice Date
12/20/2022 3:02:17 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW23X0SN8
 
Response Due
1/13/2023 2:00:00 PM
 
Point of Contact
Shane Jervis, Phone: 2067643622, Gregory Cook, Phone: 2067646692
 
E-Mail Address
shane.e.jervis@usace.army.mil, gregory.a.cook@usace.army.mil
(shane.e.jervis@usace.army.mil, gregory.a.cook@usace.army.mil)
 
Description
THIS IS A PROJECT LABOR AGREEMENT (PLA) SURVEY ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THE SOLICITATION, SPECIFICATIONS, AND DRAWINGS ARE NOT AVAILABLE AT THIS TIME. No proposals are being requested or accepted in response to this notice. The US Amry Corps of Engineers Seattle District is soliciting comments from the construction community addressing the potential use of PLA for a large scale construction project exceeding $25 million at the Albani Falls Dam (AFD) near Oldtown, ID. This project is expected to be a Design-Build construction contract for an upstream �trap and haul� fish passage facility at AFD for the passage of sub-adult and adult bull trout. The planned facility includes an entrance structure designed to discharge approximately 300 cubic feet per second (cfs) with two vertical slot entrances, a gravity water supply system, a fishway, a pre-sort pool, a fish lock for lifting fish, a sorting facility, and a truck loading area. The operation is anticipated to be year-round, excluding the month of August when temperatures exceed lethal thresholds for bull trout and during periods in the winter of river or facility ice-over. The facility will operate between tailwater elevations from 2,031 feet to 2,048 ft. The gravity water supply can operate at forebay elevations as low as 2,045 ft and forebay-tailwater elevation differentials as low as 4 ft. The construction activities may include the installation of isolation devices, like a cofferdam or equivalent, delivery of materials and equipment by trucks or a barge, tunneling through rock, drilling, and blasting of rock (both in and out of the water), placement of piles, and the curing of concrete for the assembly and attachment of the parts. The assembly of most of the structure will take place on land; however, construction of the entrance structure and parts of the auxiliary water intake may need to occur from a floating barge. The staging areas will be coordinated with AFD personnel. Limited laydown areas will be located on the right abutment within and adjacent to the Corps employee parking area. In general, access to the Project site will be from two areas: (1) barges working in the tailrace or forebay, and (2) the right abutment through the Corps access gate, parking area, and over the powerhouse intake deck. River access will be required to construct the fishway entrance as well as the auxiliary water supply intake structure. Access to the remaining project elements will be from the right abutment off U.S. Highway 2 via the dam access road. In accordance with DFARS 236.204, the estimated magnitude of construction is between $25,000,000 and $100,000,000. See related Notice ID W912DW23R0001 for more information about this project. PLA SURVEY PLA is 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).� The Federal Acquisition Regulation (FAR) 22.503 Policy provides that: (a) Project labor agreements 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 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.� (Refer also to FAR 52.222-33 Notice of Requirement for Project Labor Agreement and FAR 52.222-34 Project Labor Agreement) (c) Agencies may also consider the following factors in deciding whether the use of a project labor agreement 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) Project labor agreements have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project. (5) A project labor agreement 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. PLA SURVEY QUESTIONS FOR THE CONSTRUCTION COMMUNITY The Government is issuing this PLA Survery Sources Sought notice as a part of market research for this project.� The intent is to obtain data on the recent history of construction projects in the local labor market of the project under consideration.� The construction community is invited to respond to this notice by providing responses to the following questions: 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 affect 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) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. 7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. 8) Please provide the following information on projects completed in the last 2-5 years: a) Project Name and Location b) Detailed Project Description c) Initial Cost Estimate vs. Actual Final Cost d) Was the project completed on time? e) Number of craft trades present on the project f) Was a PLA used? g) Were there any challenges experienced during the project? THIS IS NOT A SOLICITATION FOR PROPOSALS AND DOES NOT CONSTITUTE ANY COMMITMENT BY THE GOVERNMENT.� No reimbursement will be made for any costs associated with providing information in response to this notice and follow-up information requests, if any.� Responses to this PLA Survey will be used by the Government to make appropriate acquisition decisions. All interested parties must respond to future solicitation announcements, if any, separately from responses to this PLA Survey to be considered for an award. Please respond to this notice no later than 2:00 PM (Pacific time) on Jan 13, 2023. Kindly provide your responses by email to Shane Jervis, Contract Specialist, at shane.e.jervis@usace.army.mil.�� Email Subject:� W912DW23X0SN8 PLA Survey AFD FPF
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4e50ddffced446a2adf6d91994f94dfe/view)
 
Place of Performance
Address: Oldtown, ID 83822, USA
Zip Code: 83822
Country: USA
 
Record
SN06548017-F 20221222/221220230116 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.