Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2024 SAM #8352
SOURCES SOUGHT

Y -- U.S. Army Corps of Engineers, Louisville District Soliciting Comments on the Potential Use of Project Labor Agreements (PLA) at Dobbins Air Reserve Base (ARB) for the Construction of a U.S. Army Reserve Center (ARC)

Notice Date
10/7/2024 8:08:16 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR25R0001-PLA-SURVEY
 
Response Due
10/23/2024 9:00:00 AM
 
Archive Date
11/07/2024
 
Point of Contact
Bonny Dylewski
 
E-Mail Address
bonny.c.dylewski@usace.army.mil
(bonny.c.dylewski@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers - Louisville District Soliciting Comments on the Potential Use of�Project Labor Agreements (PLA) at Dobbins Air Reserve Base (ARB), GA� Solicitation Number:� W912QR25R0001� Description:��The Corps of Engineers Louisville District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for a large-scale construction project��(exceeding $35 million) for the following:� Design/Bid/Build (D/B/B) construction of a new 800-member Army�Reserve Center (ARC) on Dobbins Air Reserve Base in Atlanta (Marietta), Georgia (GA).��Primary facilities include construction of an 81,323 square feet (SF) ARC Training�building, an 8,921 SF Vehicle Maintenance Shop (VMS), a 3,796 SF Unheated Storage�Building (USB), 5,525 square Yard (SY) Military Equipment Park (MEP), a 6,405 SY�Privately Owned Vehicle (POV), and two (2) vehicle wash racks.� The ARC training�facility shall be comprised of administrative, educational, assembly, arms vault,�weapons simulator, physical fitness area, and storage areas for 14 Army Reserve units.� The maintenance shop shall be constructed to the standards consisting of a drive-thru�work bay (comprised of six 16�x32� work areas per bay), work bay safety aisle,�equipment alcove, storage areas, restrooms, maintenance, administrative support, and�SATS trailer canopy.� Building design(s) will comply with Unified Facilities Criteria, UFC�4-171-05, Army Reserve Facilities. �Supporting facilities include land clearing, paving,�concrete aprons, vehicle wash rack/platform(s), fencing, general site improvements and�utility connections.� Accessibility for the disabled will be provided.� Antiterrorism/Force�Protection (AT/FP) and physical security measures will be incorporated into the design�including maximum standoff distances from roads, parking areas and vehicle unloading�areas.� Cyber Security measures will be provided. Sustainability/Energy measures will�be provided.� Facilities will be designed to a minimum life of 40 years in accordance with�DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building�envelope and integrated building systems performance.� 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 described in 29 U.S.C. 158(f), Federal Acquisition Regulation (FAR) Policy: (a)� Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency�in Federal procurement.� Pursuant to�Executive Order 13502, agencies are encouraged to consider requiring�the use of project labor agreements in connection with large-scale construction projects.� (b)� �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 organizations if the agency decides that the use of project labor agreements will: (1)� �Advance the Federal Governments 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 (2)� �Be consistent with law. Reference FAR Provision 52.222-33 Notice of Requirement for Project Labor�Agreement and FAR 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 responses to the following questions: (a)� 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. (b)� 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. (c)��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. (d)� 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. (e)��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. (f)� Identify any additional information you believe should be considered on the use of a PLA on the�referenced project. (g)� Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. Please provide your comments via e-mail to Bonny.C.Dylewski@usace.army.mil no later than 12:00 PM� Eastern Daylight Time (EDT) on 23 October 2024. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/00f950065c5f47f5ac211bea94847fc4/view)
 
Place of Performance
Address: Marietta, GA 30064, USA
Zip Code: 30064
Country: USA
 
Record
SN07235186-F 20241009/241007230109 (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.