South Dakota Bids > Bid Detail

B-21 East Alert Apron - PLA

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159890153911317
Posted Date: Mar 5, 2024
Due Date: Apr 5, 2024
Source: https://sam.gov/opp/653a82f173...
Follow
B-21 East Alert Apron - PLA
Active
Contract Opportunity
Notice ID
w9128f24SM010
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
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 05, 2024 10:36 am CST
  • Original Response Date: Apr 05, 2024 02:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Ellsworth AFB , SD
    USA
Description

PLA Sources Sought number: W9128F24SM010





The U.S. Army Corps of Engineers Omaha District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for a large-scale construction project with a construction magnitude between $25M and $100M for the B-21: East Alert Apron, Ellsworth Air Force Base (EAFB), South Dakota (SD).





Email your responses no later than 2:00 PM central time on 5 April 2024 to michele.a.renkema@usace.army.mil and courtesy copy amanda.e.eaton@usace.army.mil and brittany.c.gull@usace.army.mil. Ensure your response is limited to 5 pages and the Subject Line of your response includes the Notice Identification Number W9128F24SM010. 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 Governments interest in achieving economy and efficiency in federal procurement.



(5) Identify specific reasons why you do not believe a PLA would advance the Federal Governments 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.





(8) Will the inclusion of the PLA requirement affect industry proposal submission timeliness? Please provide anticipated time required to draft and include a PLA with a proposal package.



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).





This project will provide four (4) new pre-engineered metal Environmental Protection Shelters (EPS), approximately 20,000 SF each. EPSs are sized to fit the B-2A “Spirit” aircraft with space to perform general aircraft maintenance. The project also includes associated airfield and ground support equipment (GSE) paving. Supporting facilities include two (2) maintenance kiosks, approximately 160 SF each, providing electrical and communication infrastructure to the EPSs. Additional site features include blast deflectors, PL-3 boundary fencing and lighting, and an entry control point (ECP). This project will include a space or spaces constructed to AFI 16-1404 requirements.





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. Each 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 on / near the



existing Alert Apron at EAFB. As such, the project will be constructed adjacent to – and may be 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 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.





The estimated magnitude of construction cost of this project is between $25,000,000 and $100,000,000.




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
  • Mar 05, 2024 10:36 am CSTSpecial Notice (Original)

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 >