B-21: ADAL Ops/AMU 1, Ellsworth Air Force Base (EAFB), South Dakota (SD).

Agency: DEPT OF DEFENSE
State: South Dakota
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Mar 22, 2024
Due: Apr 23, 2024
Solicitation No: W9128F24SM008PLA_R1
Publication URL: To access bid details, please log in.
Follow
B-21: ADAL Ops/AMU 1, Ellsworth Air Force Base (EAFB), South Dakota (SD).
Active
Contract Opportunity
Notice ID
W9128F24SM008PLA_R1
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 22, 2024 05:28 pm CDT
  • Original Response Date: Apr 23, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Ellsworth AFB , SD
    USA
Description

Sources Sought Notice Identification Number: W9128F24SM0008

Related Previous Project Labor Market Survey (PLA): W9128F24SM0008PLA Posted 12 December 2023.



DESCRIPTION:



PROJECT LABOR MARKET SURVEY FOR PROJECT LABOR AGREEMENTS (PLA) FOR:

ELLSWORTH AIR FORCE BASE (EAFB), SOUTH DAKOTA (SD)



This is a revised Sources Sought Notice (previously W9128F22SM008) and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.



It is anticipated that this project will be subject to Project Labor Agreement (PLA) requirements in accordance with FAR 22.504, General requirements for project labor agreements. Any PLA reached pursuant to the PLA requirements in the solicitation does not change the terms of the contract or provide for any price adjustment by the Government.



The U.S. Army Corps of Engineers, Omaha District is soliciting comments from the construction community addressing the required use of Project Labor Agreements (PLA), unless an exception applies, as per Executive Order 14063 effective 22 January 2024 for large scale construction projects (exceeding $35 million) within the Ellsworth Air Force Base (EAFB), South Dakota Area.



Reference https://www.acquisition.gov/browse/index/far for recent changes to FAR 52.222-33 and 52.222-34.



Provide your responses no later than 2:00 PM CST, 23 April 2024 to gloria.garside@usace.army.mil and amanda.e.eaton@usace.army.mil. Ensure your responses is limited to five (5) pages and the SUBJECT LINE of your response includes “"PLA Survey - B-21 ADAL Ops AMU1, Ellsworth Air Force Base (EAFB), South Dakota April 2024"”. 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) Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use project labor agreements in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects.



(b) When awarding a contract in connection with a large-scale construction project (see 22.502), agencies shall require use of project labor agreements for contractors and subcontractors engaged in construction on the project, unless an exception at 22.504(d) applies.



(c) An agency may require the use of a project labor agreement on projects where the total cost to the Federal Government is less than that for a large-scale construction project, if appropriate.



(1) 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—



(i) Advance the Federal Government's 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.



(2) Agencies may consider the following factors in deciding whether the use of a project labor agreement is appropriate for a construction project where the total cost to the Federal Government is less than that for a large-scale construction project:



(i) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades.



(ii) There is a shortage of skilled labor in the region in which the construction project will be sited.



(iii) Completion of the project will require an extended period of time.



(iv) Project labor agreements have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project.



(v) A project labor agreement will promote the agency's long term program interests, such as facilitating the training of a skilled workforce to meet the agency's future construction needs.



(vi) Any other factors that the agency decides are appropriate.



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) How would the use of a PLA impact project costs and schedule?



(9) How would the use of a PLA impact small business participation as subcontractors?



(10) How would a PLA on this project impact small business prime and subcontractors who are non-signatory to a PLA concurrently working a separate contract in the vicinity?



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 is a fully Designed design-bid-build (DBB) Project. Renovate existing building 7274 and construct an addition to building 7274 to support the transition of the facility from a B-1 Squadron Operations/ Aircraft Maintenance Unit facility to a B-21 Squadron Operations/ Aircraft Maintenance Unit facility. Construction includes reinforced concrete foundations and concrete floor slab, structural steel frame with split faced concrete masonry unit facade and a standing seam metal roof to match the current facilities. Project includes communication and fire protection requirements, heating, ventilation, and air conditioning systems, and all other necessary support for a complete a usable facility. The existing road and parking lot on the proposed site will be removed and replaced as needed to provide space for proper siting of the building and new parking. This project also includes all utilities, site improvements, pavements, detection/protection features, security enhancements, and other supporting work necessary to make a complete and usable facility.



The project may include bid options for furniture, furnishing and equipment (FF&E), user-funded equipment, intrusion detection systems (IDS), access control systems (ACS), temporary Government field office facilities, 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 include demolition of existing facilities and infrastructure – to include hazardous materials and soils may be required.

The facility contains multiple secure spaces to be designed and constructed. Special oversight of this project may also be required.



Special construction and functional requirements:



The project will be constructed near flightline facilities at EAFB. As such, the project may be constructed adjacent to – and may be required to integrate with – active airfield operations. Demolition of existing facilities, utilities, and infrastructure – to include hazardous materials soils may be required.



The facility contains secure spaces to be designed and constructed to ICD/ICS 705 and other related criteria. Special oversight of construction of these portions of the project may be required.





The project will comply with all applicable DoD, Air Force, and base design standards. The project will use local materials and construction techniques where cost effective.



Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $25M and $100M.




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 22, 2024 05:28 pm CDTSpecial Notice (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow 2024 Black Hills Nursing Home Open and Continuous Solicitation 36C26324R0037 Active Contract

Federal Agency

Bid Due: 12/31/2024

24RFP10403 SD Dept of Public Safety Website Redevelopment & Maintenance Attachments RFP Document.pdf

State Government of South Dakota

Bid Due: 4/29/2024

Follow Big Bend Depressing Air System Replacement Active Contract Opportunity Notice ID W9128F24R0044

DEPT OF DEFENSE

Bid Due: 5/07/2024

Follow Ross Dry Office Remodel for LBNF/DUNE-US Project Active Contract Opportunity Notice ID

ENERGY, DEPARTMENT OF

Bid Due: 5/03/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.