Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2024 SAM #8102
SPECIAL NOTICE

Y -- South Atlantic Division. Small Business Regional Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Maintenance Dredging and Shore Protection Projects

Notice Date
1/31/2024 11:22:51 AM
 
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
W91EP24Z0024
 
Response Due
2/9/2024 12:00:00 PM
 
Archive Date
02/24/2024
 
Point of Contact
Timothy Humphery, Phone: 9042321072, William Wallace, Phone: 9042322180
 
E-Mail Address
Timothy.G.Humphery@usace.army.mil, william.j.wallace@usace.army.mil
(Timothy.G.Humphery@usace.army.mil, william.j.wallace@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Jacksonville District Corps of Engineers is soliciting comments from the dredging community addressing the potential use of Project Labor Agreements (PLAs) for the below upcoming MATOC Contract: Project Name: South Atlantic Division Regional Small Business Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Maintenance Dredging Summary: U.S. Army Corps of Engineers (USACE), South Atlantic Division (SAD) is contemplating the issuance of a Small Business Regional Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Maintenance Dredging and Shore Protection Projects within the Boundaries of USACE, SAD. See http://www.usace.army.mil/Locations.aspx for boundaries of USACE, SAD. These contracts will be established primarily to serve the boundaries of the SAD area of responsibility. Secondarily, these contracts may be used to provide services outside of SAD in the event of emergency dredging requirements. The Small Business Regional Dredging MATOC will be for one base year and include four option years for a maximum total period of five years. The MATOC will have a maximum combined capacity of $400M. One pool of contractors will be awarded contracts, based on the small business size standard for NAICS Code 237990, Dredging and Surface Cleanup Activities. Task orders for work that has been historically set-aside for small business will be set-aside under the small business MATOC pool in accordance with FAR 16.505(b)(2)(i)(F). 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). Reference Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, and Federal Acquisition Regulation (FAR) 22.5. Also reference provision 52.222-33 Notice of Requirement for Project Labor Agreement, and clause 52.222-34, Project Labor Agreements.� NOTE: Each Task Order may be evaluated on a project-by-project basis for possible application of a PLA. In consideration of the above factors and any others which may be deemed appropriate, the dredging community is invited to comment on the use of PLA's. The Government is requesting 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. 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. 6.� Identify 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 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 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 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 a serious interested party in that you intend to submit a proposal for this procurement?� Will the use of a PLA impact your ability to bid?� If so, please explain? Please provide your responses by no later than 3:00 PM Eastern Standard Time (EST), Friday, 9 February 2024. Submit your responses and any questions to Mr. Timothy Humphrey via email at Timothy.G.Humphrey@usace.army.mil and Mr. William J. Wallace at William.J.Wallace@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d0589ffbb285479ca46178e1ec423eb4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06950589-F 20240202/240131230046 (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.