SOURCES SOUGHT
99 -- Construct Fire Station and Air Passenger Terminal Buildings, Hanscom AFB, MA
- Notice Date
- 9/26/2025 6:42:51 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ25X1AR9
- Response Due
- 10/16/2025 10:00:00 AM
- Archive Date
- 10/31/2025
- Point of Contact
- Elizabeth Glasgow, Phone: 9783188671, Erin E. Bradley, Phone: 9783188195
- E-Mail Address
-
elizabeth.k.glasgow@usace.army.mil, erin.e.bradley@usace.army.mil
(elizabeth.k.glasgow@usace.army.mil, erin.e.bradley@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement to determine the use of a Project Labor Agreement(PLA) for Construction of a new Fire Station, new Air Passenger Terminal (APT) and Demolition of Building 1721, Hanscom Air Force Base (AFB), Bedford, MA. The NAICS code for the work described below is 236220 with a size standard of $45M. The estimated cost range is between $25M to $100M. Construction will begin in the summer/fall of 2026 with an expected duration of approximately 30 months. The new Fire Station will be constructed at a different site on Hanscom AFB. It will be a single story, 26,325 square foot (SF), fully functional facility. The program includes apparatus bays for six vehicles, living quarters, and administration spaces. Proposed construction will consist of a concrete foundation, reinforced floor slabs, steel framing and masonry walls, HVAC, central fire alarm, Emergency Communications Center with Fire and Security Forces Dispatch, paving, and landscaping. The Air Passenger Terminal building will be constructed north of existing Building 1721 and will be a single story 5,150 SF facility. The Air Passenger Terminal will include the safety offices, Distinguished Visitors lounge, pavement for building access and turnaround, as well as sidewalks. The existing flightline perimeter fence will be re-routed to the new Air Passenger Terminal building location. Building 1721, to be demolished, is an existing multi-story, 21,270 SF, facility that houses the existing fire station, safety offices, air passenger terminal, and Distinguished Visitor lounge. Building 1721 will remain operational until the two new buildings have been completed, and the tenants have moved into their new respective buildings. Building 1639 is an existing, 4,241 SF, single story abandoned gas station. Please comment on the use of a Project Labor Agreement (PLA). 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). Agencies may use PLAs to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 14063, Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, agencies are required to use project labor agreements in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects, unless waived by a senior official. The use of a PLA applies to both small and large businesses and is appropriate if the use of project labor agreements will: 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 Be consistent with law. Reference: Provision: 52.222-33 Notice of Requirement for Project Labor Agreement Clause 52.222-34 Project Labor Agreement. Some of the factors that may be considered regarding PLA use are: The involvement of multiple contractors and/or subcontractors working in multiple crafts or trades. The complexity of the project. Shortage of skilled labor in the region. Completion of the project will require an extended period of time. The use of PLAs on other comparable projects in this geographic area. The promotion of the Governments long term programs interests such as training of skilled workforce for future projects. The possibility of labor disputes that threaten timely completion. Additional costs from use of PLAs may be cost prohibitive. In consideration of the above factors, and any others which may be deemed appropriate, firms are invited to comment on the use of PLAs. Of particular interest to the Government are responses to the following questions: Should a PLA be executed on the above project? What benefits do you believe a PLA could achieve? What other factors should the Corps consider before deciding to include PLA provisions for the construction project? Will the use of a PLA be effective in achieving economy and efficiency? If so, how? What is the estimated relative cost impact, or any other economies or efficiencies derived by the Federal Government, if using a PLA? Will a PLA impact the cost of submitting an offer? Are there any concerns regarding labor-management stability related to this project? Will the use of a PLA produce labor-management stability on this project? Have labor disputes or other labor issues contributed to project delays in the local area? Are you aware of examples of labor-management conflicts in the area which could impact the efficiency of this project, which a PLA could positively impact/resolve? What market share does union labor in construction trades have in the geographic area? Which existing Collective Bargaining Agreements will expire during construction of this project? Will use of a PLA be conducive to ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other relevant matters on this project? Are there instances where these standards have not been met on Federal contracts in the local area? Were PLAs used for those specific contracts? This project will require construction contractors and/or subcontractors employing workers in multiple crafts or trades; do you foresee any work on this project that may result in both the prime contractor and at least one subcontractor, or two or more subcontractors, employing the same trade? Are there any concerns by prime contractors on the availability of skilled construction labor? Are there large scale construction projects in the area (over $25M, within 50 miles) which could impact availability of skilled labor for this project? What is the anticipated volatility in the labor market for the trades required for the execution of the project? Are existing apprentice programs providing sufficient numbers of skilled workers for future requirements? Is the proposed schedule/completion time one which would benefit from a PLA - if so, how? Will a PLA impact the completion time? Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? Are you aware of comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of this project? For each project, please indicate if a PLA was used, the initial and final cost, number of trades on the project, if the project was completed on time, and if there were any challenges such as labor shortages, labor related delays, safety issues, etc... Will the use of PLAs impact the ability of potential offerors and subcontractors to meet small-business utilization goals? Will inclusion of PLA requirements affect your decision to submit a proposal for this project? If so, please detail how it will affect your decision. Respondents to this Sources Sought are advised that any/all documents related to the use of a project labor agreement for the subject contract become records of the Government and the Freedom of Information Act (FOIA) requirements may apply to the release of PLA market research results. Responses are due by Thursday, October 16, 2025, at 1:00 pm Eastern Time. Responses should be emailed to Contract Specialist Elizabeth Glasgow at Elizabeth.K.Glasgow@usace.army.mil. Interested firms shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3ef6caf1624a490e85208f29b1a9b34f/view)
- Record
- SN07606414-F 20250928/250926230047 (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 |