South Dakota Bids > Bid Detail

PLA Survey - B21 Phase Maintenance Hangar EAFB

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159126914597729
Posted Date: Aug 22, 2022
Due Date: Oct 14, 2022
Solicitation No: W9128F22SM044
Source: https://sam.gov/opp/45ed78dbf6...
Follow
PLA Survey - B21 Phase Maintenance Hangar EAFB
Active
Contract Opportunity
Notice ID
W9128F22SM044
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Aug 22, 2022 06:14 am CDT
  • Original Published Date: Aug 18, 2022 12:25 pm CDT
  • Updated Response Date: Oct 14, 2022 02:00 pm CDT
  • Original Response Date: Sep 14, 2022 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Ellsworth AFB , SD
    USA
Description View Changes

PLA Survey Identification Number: W9128F22SM044



The Corps of Engineers Omaha District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for large scale construction projects (exceeding $25 million) within Ellsworth AFB (Rapid City), South Dakota area.



Provide your responses NLT 2PM, Central time, 14 October 2022 to Scott.Dwyer@usace.army.mil. Ensure your response is limited to 5 pages and the Subject Line of your response includes “PLA Survey – B-21 Phase Maintenance Hangar” and the PLA ID Number: W9128F22SM044. Please provide your contact information in the body of the email.



A PLA is defined as a pre-hire collective bargaining agreement between a Prime contractor and 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 22.503) Policy provides that:



(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, or certain subcontractors, 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



(i) 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



(ii) Be consistent with law. Reference: FAR 52.222-33 Notice of Requirement for Project Labor Agreement; FAR 52.222-34 Project Labor Agreement.

Request 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.



(2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the reference project? If so, please elaborate and provide supporting documentation where possible.



(3) 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.



(4) 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.



(5) 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.



(6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project.



(7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.



The information gathered in this survey should include the following information on projects completed in the last 2 – 5 years:




  1. Project Name and Location

  2. Detailed Project Description

  3. Initial Cost Estimate vs. Actual Final Cost

  4. Was the project completed on time?

  5. Number of craft trades present on the project

  6. Was a PLA used?

  7. Were there any challenges experienced during the project?



Project Description:



This upcoming solicitation will be executed using a design-bid-build (DBB) project delivery method, which will require the contractor to provide the Government with a complete facility and warranty based on the Request for Proposal (RFP).



B-21 Phase Maintenance Hangar (Phase Hangar), Ellsworth Air Force Base (EAFB), South Dakota (SD).



This is one of several major construction projects that serves as part of a multi-year facilities beddown in support of the B-21 program at EAFB, SD. This project will provide a new +/- 73,000 SF two-bay hangar facility and associated airfield apron, site features, utilities, and infrastructure for maintenance of the emerging B-21 airframe. The project may include bid options for furniture, furnishing and equipment (FF&E), user-funded equipment, intrusion detection systems (IDS), access control systems (ACS), and closed-circuit television (CCTV) systems.



Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility must be compatible with applicable DoD, Air Force, aircraft, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria.



Special construction and functional requirements: The project will be constructed near Row 60 of flightline facilities at EAFB. As such, the project will be constructed adjacent to – and is required to integrate with – active airfield operations. It will also be constructed adjacent to other active B-21 facility construction sites. Demolition of existing facilities, utilities, and infrastructure – to include hazardous materials contaminated hangars, apron, and soils may be required. New airfield apron will be designed in compliance with UFC 3-260-02 and will be constructed in compliance with UFGS 32 13 14.13.



Facility functional areas include on (1) hangar bay sized to fit B-2A “Spirit” aircraft with space and configuration to accommodate radio frequency testing on the aircraft.



Administrative and support functions are located to the side and behind the hangar bay. The facility contains multiple secure spaces to be designed and constructed to ICD/ICS 705 criteria. Special oversight of this project may also be required



DFARS 236.204, Disclosure of the magnitude of construction projects: The estimated construction cost of this project is between $100,000,000 and $250,000,000.



The estimated period of performance is 1100 calendar days. Construction award is anticipated in the Second Quarter of Fiscal Year 2024.



Contractors responding to this market survey must submit their responses via e-mail to Scott Dwyer at Scott.Dwyer@usace.army.mil no later than 2:00 PM (CST), Friday, 14 October 2022.








Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >