SPECIAL NOTICE
99 -- FY24 CRANEY ISLAND EARTHWORK IDIQ Project Labor Agreement
- Notice Date
- 10/20/2023 9:39:10 AM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123624B5001PLA
- Response Due
- 11/6/2023 11:00:00 AM
- Archive Date
- 11/21/2023
- Point of Contact
- Amy Coody, Phone: 7572017883, Katya Oxley, Phone: 7572017026
- E-Mail Address
-
amy.h.coody@usace.army.mil, ekaterina.oxley@usace.army.mil
(amy.h.coody@usace.army.mil, ekaterina.oxley@usace.army.mil)
- Description
- PROJECT LABOR AGREEMENT W9123624B5001 CRANEY ISLAND EARTHWORK, INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) The Corps of Engineers Norfolk District is soliciting comments from the construction community addressing the potential use of a Project Labor Agreement (PLA) for a Firm Fixed Price Construction contract for the FY24 Craney Island Earthwork Indefinite Delivery Indefinite Quantity (IDIQ) project located in Hampton Roads, Virginia. Project Description: �The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing site maintenance and improvements at CIDMMA.� CIDMMA is a confined upland dredge material placement site located in Portsmouth, Virginia, adjacent to the Port of Hampton Roads.� Work activities will include borrow area preparation for the purpose of dewatering saturated materials for future use, excavation, and reclamation of dredged material from prepared borrow areas, transport of reclaimed and borrowed materials, and construction of site improvement infrastructure projects with the material. The infrastructure projects on CIDMMA that may be built include, but are not limited to: Construction and maintenance of containment dikes and division dikes to a compaction performance standard with incremental vertical lifts of material. Construction of access roads within containment cells at CIDMMA. Placement of reclaimed material as overburden for the purpose of consolidation of saturated materials. Placement of reclaimed material as stockpile.� Excavation of saturated dredged material from around and within existing spillways for the purpose of maintenance of spillway components and structures. Excavation and maintenance spillway effluent discharge pipes, outfalls, and aprons.� Steel and Concrete repair at the Spillbox structures Replacement of weir boards and repositioning of the gangways at the Spillbox structures The Contractor shall be responsible for before and after topographic surveys of the dike raising areas.� All reclaimed material for the earthwork site improvements will be government supplied from on-site borrow sources. Total material volume placed is not expected to exceed 1,000,000 cubic yards per contract year. Construction techniques and equipment must accommodate soft and wet subsurface and fill soil conditions with high susceptibility to rapid and long-term settlements under instantaneous and sustained loading conditions. �Construction Time: The anticipated solicitation issuance timeframe is anticipated be in November 2023. The estimated award timeframe will be in February 2024. Services to perform this work will be procured through an Indefinite Delivery Indefinite Quantity (IDIQ) Contract which will be a three-year contract. Task Orders under the IDIQ contract will be issued in accordance with site improvement needs and multiple task orders are expected to be issued during the contract period. The official synopsis citing the solicitation number will be issued on the System for Award Management website (Sam.gov) which will invite firms to register electronically to receive a copy of the solicitation when it is issued. There are possible restrictions for use of certain areas within the placement site, CIDMMA between May and mid-August due to migrating bird species, so the contractor is expected to plan their work accordingly. In accordance with DFARs 236, the estimated construction price range for this project is between $25,000,000.00 and $100,000,000.00. NAICS Code 237990 applies. 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). 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 organization if the agency decides that the use of project labor agreements will: 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 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 RESPONSE TO THE FOLLOWING QUESTIONS: 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. Are you aware of skilled labor shortages in the area for equipment that will be needed to complete the referenced project?� Are these projects earthwork construction projects in the area (over $25M, within 50 miles of Hampton Roads, Virginia) which could impact availability of skilled labor for this project?� What is the anticipated volatility in the labor market for the trades required for execution of the project?� Please provide supporting documentation where possible. 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. Is the proposed schedule/completion time one which would benefit for a PLA � if so, how?� Will a PLA impact the completion time?� Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? Are there any concerns regarding labor-management stability related to this project?� Will the use of a PLA produce labor-management stability on this project?� Have labor disputes or other labor issues contributed to project delays in the local area?� Are you aware of examples of labor-management conflicts in the area which could impact the efficiency of this project, which a PLA could positively impact/resolve? Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. Please identify and additional information you believe should be considered on the use of a PLA on the referenced project. Identify any additional information you believe should be considered on the non-use of a PLA for on the referenced project. The information gathered in this exercise should include the following information on projects completed 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? Please provide your comments via e-mail to Amy Coody at email:� Amy.H.Coody@usace.army.mil and a copy to Mrs. Ekaterina Oxley, Contracting Officer at Ekaterina.Oxley@usace.army.mil no later than 2:00 PM EDT on 6 November 2023. 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
-
SAM.gov Permalink
(https://sam.gov/opp/42c624a7998f4c0897346b3aac12cb65/view)
- Place of Performance
- Address: Portsmouth, VA, USA
- Country: USA
- Country: USA
- Record
- SN06864584-F 20231022/231020230050 (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 |