SPECIAL NOTICE
Y -- Central Everglades Planning Project (CEPP) Contract 11B, Everglades Agricultural Area (EAA) A-2 Reservoir Embankment and Structures, Palm Beach County, Florida
- Notice Date
- 1/26/2024 12:34:31 PM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP24Z0021
- Response Due
- 2/2/2024 11:00:00 AM
- Archive Date
- 02/17/2024
- Point of Contact
- Griselle Gonzalez-Aquino, Phone: 9042323972, Martha Sequeira, Phone: 9042321792
- E-Mail Address
-
griselle.gonzalez@usace.army.mil, martha.g.sequeira@usace.army.mil
(griselle.gonzalez@usace.army.mil, martha.g.sequeira@usace.army.mil)
- Description
- This announcement constitutes a Special Notice Synopsis. This announcement seeks information from industry and will only be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S Army Corps of Engineers, Jacksonville District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLAs) for a large-scale construction contract for the following project as part of its market research: Central Everglades Planning Project (CEPP) Contract 11B, Everglades Agricultural Area (EAA) A-2 Reservoir Embankment and Structures, Palm Beach County, Florida. A pre-solicitation Notice (W912EP24R0002) was previously issued for this project on December 15, 2023. The Scope of Work for this project includes the following features: Clearing, grubbing, de-mucking/removal of overburden, blasting, excavation, and processing of several million cubic yards of earthen material for the construction of a 17.75 miles-long ""D-623"" embankment dam. Embankment height will be 38.0 ft above average natural grade in the north, east, and west: and 34.0 ft above average natural grade in the south. Work will also include construction of four multi-barrel, gated outlet-work structures (S-624, S-625, S-626, and S-628), one un-gated overflow spillway section (S-627), as well as one multi-bay, gated inline-spillway (S-629). In addition, the work will include rock foundation preparation, installation of a seepage cutoff wall, canal filling, and all incidental related work to prepare approximately 2 miles of foundation for the 17.75 miles-long D-623 embankment dam. Rock foundation preparation and cutoff wall installation for the remaining 15.75 miles will be completed by others prior to this contract's conclusion. The approximate toe to toe width of the foundation is 260 feet in the north, east, and west; and 235 feet in the south. Lastly, the work will include construction of approximately one mile of parallel open channels (canals) as well as a maintenance road with benches between the canals. The northern most canal (C-636 seepage canal) will have a bottom width of 10 feet, 2.5H:1V side slopes, and a depth of 16.5 feet below average natural ground surface. The southernmost canal (C-623 Inflow/Outflow canal) will have a bottom width of 55 feet, 2.5H:1V side slopes, and a depth of 16.5 feet below average natural ground surface.� The maintenance road and benches will separate C-623 and C-636 by approximately 65 feet and will have a minimum crest width of 14 feet 4.5 feet above average natural ground surface. Surface and subsurface water management will be required to control surface and groundwater levels and conduct work in the dry at various locations within the construction limits in accordance with applicable contract specifications. The Estimated Magnitude of Construction is over $500,000,000. The estimated period of performance is 3,652 calendar days after issuance of Notice to Proceed with 90 days to commence performance after award. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $45 million. 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 as described in 29 U.S.C. 158 (f). Effective January 22, 2024, Final Rule (FAR Case 2022-003), implements Executive Order (E.O.) 14063, Use of PLAs for Federal Construction Projects, which requires the use of PLAs in large-scale (defined as $35 million or more) Federal construction projects within the United States. Contractors and subcontractors working on large-scale construction projects must negotiate or become party to a PLA with one or more labor organizations unless an exception is granted. This requirement applies to new solicitations, including task or delivery orders, issued on or after January 22, 2024. The Government is seeking information from both unionized and non-unionized contractors, as well as contractors familiar with the federal marketplace as well as new entrants, that may be interested in participating in competition for this procurement. Reference is made to: FAR Subpart 22.5 Use of Project Labor Agreements for Federal Construction Projects; provision, FAR 52.222-33 Notice of Requirement for Project Labor Agreement; and to clause, FAR 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 PLA's as part of the Government�s market research. The Government is requesting responses to the following questions: 1. Do you have knowledge and/or involvement that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation: Project Name and Location Detailed Project Description Initial Cost Estimate vs. Actual Final Cost Was the project completed on time? Number of craft trades present on the project Were there any challenges experienced during the project? 2.� Are you aware and/or are there concerns by the prime contractors 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. Information may reference current apprenticeship statistics and workforce age demographics. 3.� Are you aware of time sensitive issues/scheduling requirements where use of the PLA would affect the rate at which the referenced project would be completed? If so, please elaborate and provide supporting documentation. 4. Are you aware of any cost impact where the use of PLA will affect the construction cost of the referenced project? If so, please elaborate and provide supporting documentation. 5. Based on FAR 52.222-33 and alternates and 52.222-34 and alternates do you see any negative and/or positive impacts of submitting the PLA at one phase of the procurement process over another?� If so, please explain. Also, provide an estimated and realistic timeframe that your company will be able to submit a PLA. 6.� Identify and explain specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 7.� Identify and explain specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 8.� Identify and explain any additional information with supporting documentation/statistics that you believe should be considered on the use of a PLA on the referenced project. 9.� Identify and explain any additional information with supporting documentation/statistics that you believe should be considered on the non-use of a PLA on the referenced project. 10.� Is your firm anticipating submitting a proposal for this procurement?� Will the use of a PLA impact your ability to propose?� If so, please explain. Additional feedback requested: 1. If you anticipate submitting a proposal, do you have any concerns with obtaining bonding for the estimated period of performance based on your estimated price proposal? If so, please explain. 2. Does your firm have any potential alternatives to address the bonding capability requirements? Submission Instructions: Please provide responses to these questions, on a company letterhead, by no later than Friday February 2, 2024 at 2:00PM, ET. All responses shall be sent to Martha Sequeira at martha.g.sequeira@usace.army.mil and Griselle Gonzalez-Aquino at griselle.gonzalez@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4b758f8ae61c44c382419a55e98c715f/view)
- Place of Performance
- Address: Palm Beach, FL, USA
- Country: USA
- Country: USA
- Record
- SN06946527-F 20240128/240126230043 (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 |