Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2024 SAM #8097
SOURCES SOUGHT

Y -- Soliciting Comments on Potential Use of PLAs for the F-35/T-7A DMC Maintenance Hangar � HAFB, UT

Notice Date
1/26/2024 12:39:25 PM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123824S0018
 
Response Due
2/9/2024 9:00:00 AM
 
Archive Date
02/24/2024
 
Point of Contact
Aurielle Ruiz, Amelia Bryant
 
E-Mail Address
aurielle.ruiz@usace.army.mil, amelia.k.bryant@usace.army.mil
(aurielle.ruiz@usace.army.mil, amelia.k.bryant@usace.army.mil)
 
Description
Related Notice ID - W9123824S0012 This Notice is for the evaluation of PLAs ONLY. The United States Corps of Engineers (USACE) Sacramento District (SPK) is conducting market research by soliciting comments from the construction community addressing the potential use of PLAs and to obtain data on the recent history of construction projects in the local labor market of the project under consideration. USACE SPK anticipates a potential requirement to construct a two-story hangar maintenance facility (approximately 301,798 square feet (SF)) for the new T-7A advanced pilot trainer campus. The intent is for a two-hundred-fifty (250) person maintenance crew to support maintenance functions for a 351 aircraft program with an Aircraft Initial Operating Capability. The hangar maintenance facility will be located south of the existing F-22 facilities on the east side of the base adjacent to Foulois Road located at HAFB, UT. Major functional components for the maintenance facility include sixteen (16) maintenance docks, engine storage and repair, equipment storage, blast booths and blast prep areas, paint booths and paint prep areas, an air filtration system, a fuel dock, pre-flight testing; harness, fabrication cell, hydraulics, machine, parts, stencil, and transportation shops, life support; material inventory control, hazardous waste storage, a software integration lab, showers and locker rooms, administrative office space, including a shipping and receiving dock. The project will include utilities, pavements, parking site preparation and site improvements. The facility will be designed as permanent construction in accordance with (IAW) the Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. The design shall conform to criteria established in the Air Force (AF) Corporate Facilities Standards, the Installation Facilities Standards, but will not employ a standard facility design because there is no AF standard facility design for this project, and there is no applicable standard design from USACE. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project IAW Unified Facility Criteria 1-200-02, High Performance and Sustainable Building Requirements. This includes preparation of a life-cycle cost analysis for energy consuming systems and renewable energy generating systems, whenever life-cycle cost-effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. The facility is sited IAW with the Installation Development Plan and is within a compatible land use area. This project does not fall within or partly within the 100-year flood plain. IAW Federal Acquisition Regulation (FAR) 236.204(iii) the Government currently estimates the magnitude of construction for this project to be�between�$200,000,000 and $250,000,000. This project is estimated to be solicited approximately May 2024 with construction completed within one-thousand-fifty (1,050) calendar after award. PROJECT LABOR AGREEMENTS - Project labor agreements are a tool that agencies may use to promote economy and efficiency in Federal procurement. Executive Order 14063, Use of Project Labor Agreements for Federal Construction Projects, issued 04 February 2022, requires the use of PLAs in connection with large-scale construction projects (defined as projects where the total cost to the Federal Government of the project is at least $35 million) to promote economy and efficiency in Federal procurement, unless an exception applies, as provided by FAR 22.504(d). As part of that consideration, this market research effort will help in our determination of whether a PLA exception applies. Please consider the following in this request: 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 Government�s interest in achieving economy and efficiency in Federal procurement. 5) Identify specific reasons why you do not believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. 8) Please identify if you intend to propose on this project subject to a PLA requirement. 9) Will multiple construction Contractors and/or Subcontractors employing workers in multiple crafts or trades be required to complete the anticipated work?� 10) ?Do you think requiring a PLA will increase contract costs or contribute to cost savings? Why or why not? How?�� 11) If you have previously been party to a PLA, approximately how long did it take to negotiate the terms of the PLA? 12) �Did PLA negotiation delay construction start? If so, by how long?�� 13) Any other information you think should be considered regarding the use of PLAs for the anticipated project.�� (ii) Please also provide the following information on projects completed in the last two (2) to five (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? There is no solicitation at this time. This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Respondents will NOT be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Aurielle Ruiz, at (aurielle.ruiz@usace.army.mil) by 1000 / 10:00 AM (MST) Friday, 09 February 2024. Please include the SSN number, �PLA W9123824S0018� in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c8670e8c6864696847d4d7cca9918eb/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06947233-F 20240128/240126230048 (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.