Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2024 SAM #8415
SPECIAL NOTICE

Y -- Alamo Navajo Health Center

Notice Date
12/9/2024 1:25:35 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Response Due
1/8/2025 2:00:00 PM
 
Archive Date
01/23/2025
 
Point of Contact
Erik Lundstrom, Phone: 2066152782
 
E-Mail Address
erik.lundstrom@ihs.gov
(erik.lundstrom@ihs.gov)
 
Description
PROJECT LABOR AGREEMENTS (PLA) Survey: This is a SPECIAL NOTICE for Market Research ONLY. NO AWARD will be made from this Sources Sought Notice. The Indian Health Service (IHS) is soliciting comments from the public addressing the potential use of Project Labor Agreements (PLA) for the following Design-Build construction project. Information is sought from national, regional, and local entities including general contractors, subcontractors, labor unions, and labor organizations. Project Labor Agreements allow all contractors and subcontractors to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements. 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 by answering the questions below. SUMMARY OF SCOPE The Prime Design-Build Contractor shall furnish all personnel, materials, services, facilities and shall perform all work necessary to design and construct a new replacement IHS Alamo Navajo Health Center to serve as a comprehensive outpatient wellness facility to service the Alamo Band of Navajo community and other eligible beneficiaries. The facility cannot exceed 70,000-square-foot, and is envisioned as having a substantial two-story section. It is part of the Albuquerque Area Service Unit located approximately 25 miles NNW of Magdalena, New Mexico. The new health center will serve approximately 2,650 tribal residents and will be a complete replacement of the existing IHS clinic on the Alamo Navajo reservation. Services provided in this facility include ambulatory care (primary care, specialty care, behavioral health, dental, podiatry, and emergency medical services), ancillary services (laboratory, diagnostic imaging, pharmacy, and physical therapy), preventative care (environmental health, health education, public health nursing, public health nutrition, wellness), additional services (diabetes and woman-infant-children) and associated administrative and building support programs. The site consists of approximately 41 acres of land. The area required for the health center including parking lots, drives, utility areas, and stormwater management, is approximately 12 acres. An additional three acres would be required for the geothermal well field. The 41-acre parcel will also be required to support staff quarters. While the quarter�s design is not part of this project�s scope, it has been determined that a minimum of approximately nine acres will be required for the staff quarters (exclusive of utilities and stormwater). The new facility will be designated as an Outpatient Facility by the 2018 FGI guidelines. The new construction will be in accordance with IBC 2021, Type II-B construction. Occupancies are designated primarily as Business Group B. Additional work requirements will be provided in the finalized Statement of Work. Period of Performance is 1020 calendar days after issuance of a Notice to Proceed. TERO is applicable. In accordance with Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $50,000,000 and $100,000,000. The type of work to be performed will be categorized under PSC code Y1DA, Construction of Hospitals and Infirmaries and NAICS code 236220, Commercial and Institutional Building Construction with a size standard of $45 million. IHS anticipates the submission of a Pre-Solicitation Notice in 2nd quarter of 2025 and a contract award during the 4th quarter of 2025. These anticipated dates are subject to change. The proposed project is anticipated to be a competitive, firm-fixed-price, construction contract procured in accordance with FAR Part 15, Contracting by Negotiation, under a Best Value-Tradeoff Process. Information submitted will be used in determining an acquisition strategy. We ask that you provide adequate detailed information for the Government to determine, without doubt, an effective acquisition approach for the required construction project. Project Labor Agreement (PLA) Survey: Please respond to the following questions: 1. Are you responding as a representative of a government entity, union, contractor (union or non-union) and/or qualified small business? 2. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please explain in detail. 3. 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 explain in detail. 4. What is your understanding of the availability of union labor and non-union labor in this area for this type of project? Would the remoteness of the construction site impede your efforts to hire local unions and/or employees? Are you otherwise aware of national, regional, or local interest in participating in this project by union or non-union contractors? Explain in detail. 5. As a qualified contractor/subcontractor for a project of this type and size, would you be interested in participating in this project? Would the requirement of a Project Labor Agreement (PLA) under this project impact your interest in any way? Explain in detail. 6. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 7. Are there any ways in which the requirement of a PLA might increase costs on a project of this type in this area? If so, how much of a cost increase do you anticipate in terms or percentage? Explain in detail. 8. Compliance with the Tribal Employment Rights Office (TERO) is required prior to starting work on any project performed on Tribal Land including payment of associated TERO fees/permits. Utilization of Tribal individuals will be a requirement of hiring goals for a set craft or skill level. 9. Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. 10. Would requiring a PLA result in any difficulties or challenges related to TERO compliance or other known federal regulations? Explain in detail. This special notice is used to identify concerns with the capability to provide these services, and the applicability of a Project Labor Agreement for this project. This is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Response is not required for eligibility to participate in any subsequent Request for Proposal. All responses under this Special Notice must be emailed to Erik Lundstrom at erik.lundstrom@ihs.gov. This is not a solicitation, and no plans or specifications are available.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2840faa87904d1d8fa24e2d77225d44/view)
 
Place of Performance
Address: Alamo, NM 87825, USA
Zip Code: 87825
Country: USA
 
Record
SN07285601-F 20241211/241209230107 (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.