Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2023 SAM #7717
SPECIAL NOTICE

Y -- Bureau of Engraving and Printing (BEP) Main Currency Facility, Beltsville, Maryland

Notice Date
1/11/2023 7:03:13 AM
 
Notice Type
Special Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Response Due
1/25/2023 8:00:00 AM
 
Point of Contact
Leigha Arnold, Phone: 4437492022
 
E-Mail Address
leigha.m.arnold@usace.army.mil
(leigha.m.arnold@usace.army.mil)
 
Description
PROJECT LABOR AGREEMENT (PLA) MARKET SURVEY: Solicitation No. W912DR23R0010 - Bureau of Engraving and Printing Currency Production Facility, Beltsville, Maryland Project Description:� The Department of Treasury, Bureau of Engraving and Printing (BEP) has a need for construction of a new DC Currency Production Facility (DCF) located in Beltsville, Maryland that will replace their existing production facilities in Washington, D.C. The project will be to construct a 1,000,000+ sq. ft. facility that will meet all storage and production needs of the BEP. Work includes the development of approximately 100-acre site, balanced site with secure perimeter, including standalone vehicle screening facilities and surface parking. Project will be fully permitted by MDE at time of award. Main building is two-story steel frame construction of 1,000,000+ sq feet, including Manufacturing Hall 257,700 SF, Work-in-Progress (WIP) Storage 21,200 SF, Manufacturing Support 72,400 SF, Vault 34,600 SF, Warehouse 109,500 SF, Custodial Dispensing 500 SF, Integrated Central Utility Plant (CUP) 50,000 SF, Industrial Waste Water Treatment Plant 22,200 SF, Administrative Area 364,000 SF which surrounds 2-story Main Street 22,300 SF, and Skywells 12,400 SF. Sustainable design including rainwater harvesting, green roof, Roof mounted Photovoltaic Panels (under separate contract) and permeable pavement. Project will be turnkey, and contractor will be required to purchase and install office furniture, Audio/Visual Equipment, IT Infrastructure, Machine Shop Equipment, Lab Equipment, physical and electrical security systems. Additional Specialty Equipment includes Automated Guided Vehicles (AGV) and Automated Storage Equipment and Laboratory Equipment and materials for Firing Range and Wastewater Treatment Plant to support production equipment. Currency Production Equipment will be Government Provided/Government Installed and arrive onsite after completion of construction. PLA Background Information:� 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 Acquisitions Regulation (FAR) 22.503, Policy�states: 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. 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 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. Reference: FAR 52.222-33 Notice of�Requirement for Project Labor Agreement, Clause: FAR 52.222-34 Project Labor Agreement. � The construction community is invited to comment on the use of PLA's by responding to the�following questions: (1) Do you have knowledge that a PLA has been used in the local areas on projects of this kind? If�so, please provide supporting documentation. (2) Are you aware of skilled labor shortage in the areas 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. � The information gathered in this exercise should include the following information on projects�ompleted in the last 2-5 years: (1) Project Name and Location (2) Detailed Project Description (3) Initial Cost Estimate vs. Actual Final Cost (4) Was the project completed on time? (5) Number of craft trades present on the project (6) Was a PLA used? (7) Were there any challenges experienced during the project? Responses are to be sent via email to Leigha Arnold at Leigha.M.Arnold@usace.army.mil no later than 11:00AM (ET) on 25 January 2023. Response are limited to seven (7) pages. 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
SAM.gov Permalink
(https://sam.gov/opp/9abaa412affd47adb5c61f0e0c7b09fc/view)
 
Place of Performance
Address: Beltsville, MD 20704, USA
Zip Code: 20704
Country: USA
 
Record
SN06561399-F 20230113/230111230105 (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.