News

Squadron Operations Facility, Parachute Drying Tower and Covered Storage

Type of document: Contract Notice
Country: United States

Squadron Operations Facility, Parachute Drying Tower and Covered Storage

Agency:
Department of the Army

Official Address:
Attn: CENWS-CT
PO Box 3755 Seattle WA 98124-3755

Zip Code:
98124-3755

Contact:
JOHN SCOLA, CONTRACT SPECIALIST, Email JOHN.P.SCOLA@USACE.ARMY.MIL

Link:

Date Posted:
08/08/2019

Classification:
Y

Contract Description:

THIS IS A PROJECT LABOR AGREEMENT (PLA) SURVEY ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.


This is a SPECIAL NOTICE. No proposals are being requested or accepted with this notice. The Corps of Engineers Seattle District is soliciting comments from the construction community addressing the potential use of PLA for large scale construction projects (exceeding $25 million) within the Joint Base Lewis McChord (JBLM) WA and surrounding area.

DESCRIPTION OF WORK:

The USACE Seattle District has a requirement for the construction of a combined 85,000 Square Footage (SF), squadron operations building and eight-story parachute drying tower, 12,000 SF covered storage area, and 60,300 SF of demolition for five buildings/structures at JBLM near Lakewood, WA. The squadron operations facility is located within the McChord Field Area Development Plan. The project will consist of construction of a new multi-building, Special Tactics Squadron (STS) operations compound. Facilities shall have foundations and floor slabs, structural framing, insulated walls and roofs, environmental control (heating, ventilation, and air conditioning), fire detection and suppression, etc. Squadron operations functional areas include: operations with secure planning, logistics, medical, team rooms, simulator room, classroom, associated staff offices, vehicle maintenance shop, storage and staging areas, pre-engineered metal building, antenna farm, radio maintenance, armory, elevator, bathrooms, Aircrew Flight Equipment (AFE) shop, etc. Parachute drying tower is integrated with operations AFE shop and climbing wall. All buildingsтАЩ supporting facilities include utilities and connections, parking (approximately 150 spaces), information systems, communications with information transfer node (ITN) site development, cyber security measures lighting, paving, walks, curbs, and gutters, landscaping and signage are all inclusive to the project. Special site conditions include potential for asbestos removal during demolition. Special site conditions also includes requirement for multiple retaining walls and storm water runoff control to accommodate significant grade changes on the site IAW JBLMтАЩs MS4 permit requirements and project site is adjacent to a flight line. Coordination with public and private utility contractors required. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with Department of Defense (DoD) Minimum Anti-Terrorism Standards for Buildings.

In accordance with DFARS 236.204, the magnitude of construction is in the range of $25,000,000 to $100,000,000.

FACTORS TO BE CONSIDERED:

Some of the factors that may be considered regarding PLA use are:

a) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades.
b) There is a shortage of skilled labor in the region in which the construction project will be sited.
c) Completion of the project will require an extended period of time.
d) PLAs have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project.
e) A PLA will promote the agencyтАЩs long term program interests, such as facilitating the training of a skilled workforce to meet the agencyтАЩs future construction needs.
f) Any other factors that the agency decides are appropriate.

A PLA is defined as a pre-hire collective bargaining agreement (CBA) with 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 тАУ POLICY:

a. 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 PLAs in connection with large-scale construction projects.

b. 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 PLA with one or more labor organizations if the agency decides that the use of PLAs will:

1. 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;
2. Be consistent with law.

Reference: Provision: FAR 52.222-33 Notice of Requirement for PLA and Clause: FAR 52.222-34 PLA.

INDUSTRY COMMENTS:

Accordingly, the construction community is invited to comment on the use of PLAs. Of particular interest to the Government are 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 referenced 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) Please provide a list of recent (2-5 years) construction projects in the local labor market of the project under consideration. The information gathered in this exercise should include the following information:

a) Project Name and Location
b) Detailed Project Description
c) Initial Cost Estimate vs. Actual Final Cost
d) Was the project completed on time?
e) Number of craft trades present on the project
f) Was a PLA used?
g) Were there any challenges experienced during the project?

9) Which trades are expected to be employed on this project based on the description above? Are you likely to need some union skilled trades for at least part of this project?

10) What market share does union labor have in the geographic area for this FPF project or type of construction?

11) Does the local market contain the sufficient number of available skilled workers for this project? Are there other projects in the vicinity going to limit the pool of skill labor available for your project?

12) Has a project like this been done before in the local market?

13) What investments have been made to support registered apprenticeship programs?

14) Have PLAs been used on comparable projects undertaken by the public sector in this geographic region?

15) Have PLAs been used on this type of project in other regions?

16) Which CBAs are likely to expire during the course of the project under consideration that might cause delays?

17) How do open shop and union wage rates influence prevailing wage rates in the local market and compare to Davis Bacon rates? What impact does unionization in the local market have on wages?

18) Could a PLA contribute to cost savings in any of the following ways?

тАв Harmonization of shifts and holidays between the trades to reduce labor costs?
тАв Minimize disruptions that may arise due to expiration of CBA?
тАв Availability of trained, registered apprentices, to promote efficiency for highly skilled workforce?
тАв Allowing for changes in apprentice to journeyman ration.
тАв Serving as management tool that ensure highly skilled workers from multiple trades are coordinated in the most efficient way.
тАв Other reasons?

19) Could a PLA minimize risk and contribute to greater efficiency in any of the following ways?

тАв Mechanisms to avoid delays
тАв Complying with Davis Bacon and other labor standards, safety rules and EEO and OFCP laws.
тАв Ensuring a steady supply of skilled labor in markets with low supply or high competition for workers.

20) Are there ways in which a PLA might increase costs on this particular project?

THIS IS NOT A SOLICITATION FOR PROPOSALS AND DOES NOT CONSTITUTE ANY COMMITMENT BY THE GOVERNMENT. Responses to this labor market survey will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitations announcements separately from responses to this market survey.

Interested firms shall respond to this Special Notice no later than 1:00 PM (Pacific Time) on 23 August 2019. The responses should be forwarded to John Scola, Contract Specialist, by email at john.p.scola@usace.army.mil or mailed to: Seattle District Corps of Engineers, Attn: CENWS-CTA: John Scola, PO Box 3755, Seattle, Washington 98124-3755.

Contracting Office Address:
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755

Point of Contact(s):
John Scola, Contract Specialist at john.p.scola@usace.army.mil
USACE District, Seattle

 

Response Date:
082319

Sol Number:
PANNWD-19-P-0000-002763

 

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