Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2024 SAM #8206
SPECIAL NOTICE

Y -- P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA

Notice Date
5/14/2024 1:25:02 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2512
 
Response Due
5/21/2024 11:00:00 AM
 
Archive Date
06/05/2024
 
Point of Contact
Demetrice Jenkins, Phone: 7573411973
 
E-Mail Address
demetrice.jenkins2.civ@us.navy.mil
(demetrice.jenkins2.civ@us.navy.mil)
 
Description
Project Labor Agreement (PLA) Request for Information (RFI)�for�Construction Project for P909 SOF SDVT2 OPERATIONS SUPPORT FACILITY, JEB LITTLE CREEK-FORT STORY, VIRGINIA BEACH, VA This is a request for information/market survey.� This is not a request for proposal, request for quote, or an invitation for bid.� There will be no solicitation, specification, or drawings available at this time. NAVFAC Mid-Atlantic is soliciting comments from the public addressing the potential use of Project Labor Agreements (PLA) for the following construction project.� The construction project is for the P909 SOF SDVT2 Operations Support Facility, located at JEB Little Creek-Fort Story, Virginia Beach, VA. The project will include the design/construction of a new, two-story, 60,000 SF operations support facility building. It includes demolition of two buildings totaling approximately 37,900 SF. The facility will support a variety of functions including operations support, operational gear storage, applied instruction, and a secure annex. Construction consists of a steel frame building with a pile foundation, and a built-up roof. The project includes all pertinent site preparations and site improvements, mechanical and electrical utilities, telecommunications, emergency generator, landscaping, irrigation, drainage, parking, and exterior lighting. Project will be Design-Build.� NAICS Code: 236220.� The magnitude of construction is anticipated to be $25,000,000 and $100,000,000.� General period of performance is anticipated to be approximately 979 calendar days.� 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).� Federal Acquisition Regulation (FAR) policy states: Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use PLAs in large-scale construction projects (defined as a construction projects with a total estimated cost at or above $35M) to promote economy and efficiency in the administration and completion of Federal construction projects.� When awarding a contract in connection with a large-scale construction project, agencies shall require use of a PLA for contractors and subcontractors engaged in construction on the project, unless an exception(s) at FAR 22.504(d) applies. 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 public is invited to provide responses on the use of a PLA for this construction project utilizing the attached questionnaire.� This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder�s list.� �This survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. �The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. �The Government will not provide a debriefing on the results of this survey. �All information will be held in a confidential manner and will only be used for the purposes intended. Responses shall be submitted on the attached questionnaire via email to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil no later than 2:00PM on May 21, 2024.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6ab2f2331a04cd5a681e9214286c327/view)
 
Place of Performance
Address: Virginia Beach, VA, USA
Country: USA
 
Record
SN07063047-F 20240516/240514230041 (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.