News

PLA Survey

Type of document: Contract Notice
Country: United States

PLA Survey

Agency:
Department of the Army

Official Address:
Attn: CENWO- CT
1616 Capitol Ave Omaha NE 68102-4901

Zip Code:
68102-4901

Contact:
Zandra F. Hearn, Contract Specialist, Email zandra.f.hearn@usace.army.mil тАУ William Rawe, Contract Specialist, Email william.t.rawe@usace.army.mil

Link:

Date Posted:
18/09/2018

Classification:
C

Contract Description:
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 the United States Air Force Academy (Colorado Springs), Colorado area.

Provide your responses NLT 2PM, Mountain local time, 28 September 2018 to zandra.f.hearn@usace.army.mil. Ensure your response is limited to 5 pages and the Subject Line of your response includes тАЬPLA Survey тАУ Sijan HallтАЭ. 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.

The information gathered in this survey should include the following information on projects completed in the last 2 тАУ 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: The objective of this contract is to provide engineering and architectural services primarily in support of a USACE design services contract to the renovation of Sijan Hall at US Air Force Academy, CO.
Sijan Hall is the second of the two cadet dormitory buildings at the United States Air Force Academy, located in Colorado Springs, Colorado, and construction was completed in 1968. The primary function of Sijan Hall is a dormitory for Cadets; and was designed to house 2,520 students in 1968; currently there are 1,926 Cadets that occupy Sijan. Several other ancillary functions are also housed in Sijan Hall. This six story building is located on the south side of the Cadet Area. The facility with approximately 625,300 square feet is listed as a part of the Air Force AcademyтАЩs National Historic District.

Repair Sijan Hall will be designed as a comprehensive effort developing five phased construction packages that can be constructed independently without impact to future phases. Focuses on dividing the overall building into five (5) segments for the construction work in all phases. Mechanical, electrical, plumbing, fire protection, energy management, and communication systems will be broken up into five (5) stand-alone areas to accommodate the relocation of displaced cadets to allow the rest of the building to remain open and operational as each phase is being renovated.

Phase 1 includes installing isolation valves and bypass capability on the HTHW system so each mechanical and plumbing zone can be independently isolated. Design will show and build contractor laydown areas for all phases, and the Energy Management Control System (EMCS) will be sub-metered to include a BTU meter for each mechanical zone. The contractor will document the control zones for each HVAC air and hydronic system back to the specific mechanical rooms for identification of phases and boundaries. Photograph and identify historic hand painted murals on the interior corridor walls that will be preserved. Phase 1 also begins the interior renovations. During each phase, temporary (plywood and plastic sheet) dust/access control will be provided for use during construction. Provide asbestos containing materials and lead based paint abatements at each phase. Remove and replace all exterior curtain wall system within the boundary of each phase. Provide all mechanical, electrical & plumbing/fire protection work back to the mechanical room(s) that serve each phase. Provide new architectural finishes and interior upgrades.

Phase(s) 2, 3 and 4 will focus on interior renovations. Work that was completed in previous phases will be reviewed and updates will be made to the construction documents as necessary. During each phase, temporary (plywood and plastic sheet) dust/access control will be provided for use during construction. Provide asbestos containing materials and lead based paint abatements at each phase. Remove and replace all exterior curtain wall system within the boundary of each phase. Provide all mechanical, electrical & plumbing/fire protection work back to the mechanical room(s) that serve each phase. Provide new architectural finishes and interior upgrades.

Phase 5 completes interior renovations. Work that was completed in previous phases will be reviewed and updates will be made to the construction documents as necessary. During each phase, temporary (plywood and plastic sheet) dust/access control will be provided for use during construction. Provide asbestos containing materials and lead based paint abatements at each phase. Remove and replace all exterior curtain wall system within the boundary of each phase. Provide all mechanical, electrical & plumbing/fire protection work back to the mechanical room(s) that serve each phase. Provide new architectural finishes and interior upgrades. Phase 5 also focuses on exterior work. Provides improvement to the civil (storm sewer) drainage system. Provides new outdoor pavilions, benches, bollards and other site furnishings. Provides landscape plantings and associated irrigation system. Installing all new code compliant exterior handrails and guardrails on the terrazzo level. Provide new concrete pavers and/or new exposed aggregate concrete at damaged areas. Upgrade all interior stairwells (hand rail, treads, etc.). Provide final clean up and landscape restoration of contractor laydown yards.

These services may include but are not limited to the following seven (7) functional areas: (1) General Military Facilities Design/Studies to include but not limited to Architectural and Engineering designs, drawings, plans, specifications (all major disciplines to include Anti-Terrorism/Force Protection (AT/FP)), Design-Build RFP development; bid document preparation, Design criteria development, Construction Cost Estimation/Schedule Preparation, Facility condition surveys/studies; testing; HAZMAT surveys; GIS surveys; engineering forensics, Value Engineering Studies, Specification updates and policy input, Design reviews, Independent Technical Reviews (ITR) support, Site planning, Facility Planning, Economic Analysis, Construction Cost Estimating, Construction Phase Support (2) Facility Commissioning to include but not limited to Fundamental, enhanced, and retro-commissioning and post-occupancy validation HVAC, electrical, plumbing, control systems (3) Facilities Cybersecurity to include services primarily related to real property facility systems (HVAC, controls, etc.) and NOT related to personal property or non-installed equipment (4) Facility High-Altitude Electromagnetic Pulse (HEMP) Studies/Design (5) Facility Failure Mode, Effects, and Criticality Analysis (FMECA), Reliability, Availability, & Maintainability (RAM), and TEMPEST Analyses (6) General Military Facility Cost Engineering/Estimating to include but not limited to Planning estimates, parametric estimates, and detail estimates, Reviewing cost portions of DD1391 documents, Development of schedules and project controls documentation (7) Explosives and Blast Engineering to include but not limited to Development of Explosive Safety Plans, Explosives effects/mitigation, Protective construction, Explosives safety studies/reports. Work will be limited to a single contract to support the repairs of Sijan Hall. Design requirements may need to consider applicable UFC, design codes and USAFA Design Standards. The work will, in some cases, necessitate travel to the facility at US Air Force Academy for the purposes of data collection, meetings, etc. However, the bulk of the work is anticipated to be performed in the home offices of the AE firm.

The estimated construction cost of this project is between $200,000,000 and $235,000,000.

The estimated period of performance is 932 calendar days.

Contractors responding to this market survey must submit their responses via e-mail to Ms. Zandra Hearn at zandra.f.hearn@usace.army.mil no later than 2PM Mountain Local Time, Friday, 28 September 2018.

 

 

 

 

Response Date:
092818

Sol Number:
W9128F-18-S-M042

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy