PROJECT LABOR AGREEMENT (PLA) REQUEST FOR INFORMATION FOR DESIGN-BID-BUILD, P1044, PIER 31 EXTENSION NAVAL SUBMARINE BASE NEW LONDON, CT

Agency: DEPT OF DEFENSE
State: Connecticut
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Apr 15, 2024
Due: Apr 22, 2024
Publication URL: To access bid details, please log in.
Follow
PROJECT LABOR AGREEMENT (PLA) REQUEST FOR INFORMATION FOR DESIGN-BID-BUILD, P1044, PIER 31 EXTENSION NAVAL SUBMARINE BASE NEW LONDON, CT
Active
Contract Opportunity
Notice ID
Related Notice
N4008524R2503
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 15, 2024 01:36 pm EDT
  • Original Response Date: Apr 22, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    New London , CT
    USA
Description

This is a request for information/market survey. This is not a request for proposal, request for quote, or an invitation for bid. There will be no solicitation, specification, or drawings available at this time.



NAVFAC Mid-Atlantic is soliciting comments from the public addressing the potential use of Project Labor Agreements (PLA) for the following construction project. The construction project is for a Pier 31 Extension, at Naval Submarine Base New London located in the State of Connecticut.



Construction work may include, but is not limited to, construction of a concrete filled steel pipe pile supported pier extension with concrete deck, mooring fittings, mechanical and electrical utilities, an integrated composite fender system and specialized equipment including composite camels. The pier will provide two berths for general berthing and maintenance at SUBASE New London. The project will also include relocation of the floating crane’s weight testing support facility. Built-in equipment includes jib cranes (1.5 tons) for supporting electrical cables between the pier and vessels and adjustable retractable crane-less brows. Work also includes demolition of the existing concrete and pile Piers 10 and 17. Site preparation includes earthwork, soil treatment, selective utility and mooring demolition, and dredging. Dredging will allow safe maneuvering room for vessels while mooring or exiting northern berths (Piers 31 Turning Basin and Pier 10) and in the following areas: turning basin, areas at the berth for navigation and maintenance operations and areas at the existing Piers 10 and 31. Dredge disposal will include the use of Confined Aquatic Disposal (CAD) cell located in the Thames River. Electrical utilities include shore power for vessels including primary and secondary distribution, transformers, substations, primary switches, grounding/lightning protection and telecommunication infrastructure. Mechanical systems include water, wastewater, compressed air, and fire protection. Environmental mitigation requirements include marine mammal and water quality monitoring, reporting to national oceanic and atmospheric administration national marine fisheries service, acoustic surveys, pre and post dredge sampling, benthic sampling and analysis of Confined Aquatic Disposal (CAD) cells and CAD cell cap assessment, shellfish resources testing and mitigation will be required to satisfy federal, state and local environmental regulations and requirements.



Project will be Design-Bid-Build. NAICS Code: 237990. The magnitude of construction is anticipated to be between $100,000,000 and $250,000,000. General period of performance is anticipated to be approximately 803 calendar days.



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 utilizing the attached questionnaire.



This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder’s list. This survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended.



Responses shall be submitted on the attached questionnaire via email to Kristy Gerrek at Kristy.l.gerrek.civ@us.navy.mil no later than 2:00 P.M local time on 22 April 2024.






Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
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

CCF 2024_1.1 | CCF_2024_1_Crumbling Foundation Services-Materials Lab Testing Please visit www.crcogbonfirehub.com Start Date:

State Government of Connecticut

Bid Due: 6/30/2024

Follow Hazardous Substance Pollution Response Technology Active Contract Opportunity Notice ID 70Z02324-RFI-RDC-01 Related

Federal Agency

Bid Due: 5/15/2024

21552 | Utilization Mgmt & Provider Payment Practices of Medicare Adv Plans Study

State Government of Connecticut

Bid Due: 4/30/2024

21495 | CT National Electric Vehicle Infrastructure (NEVI) Phase 1a - Northern Rt.

State Government of Connecticut

Bid Due: 6/07/2024

* 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.