Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2025 SAM #8594
SPECIAL NOTICE

Z -- B2080 RENOVATION OF GALLEY, EMERGENCY DEPARTMENT AND PHARMACY, NAVAL AIR STATION, JACKSONVILLE, FLORIDA

Notice Date
6/5/2025 6:22:15 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945023R0143
 
Response Due
6/12/2025 11:00:00 AM
 
Archive Date
06/27/2025
 
Point of Contact
Deborah TORRENCE, Phone: 9045426665, Lindsay Betteridge, Phone: 9125734610
 
E-Mail Address
deborah.d.torrence2.civ@us.navy.mil, lindsay.e.betteridge@navy.mil
(deborah.d.torrence2.civ@us.navy.mil, lindsay.e.betteridge@navy.mil)
 
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. Naval Facilities Engineering System Command (NAVFAC) Southeast 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 B2080 Renovation of Galley, Emergency Department and Pharmacy. Construction may include, but is not limited to, renovation will include the Galley, Emergency Department Mortuary, Sleep Disorder Department, Pharmacy, Behavior Health and Biomedical facility. Work includes renovation of supporting facilities to include utilities communication infrastructure improvements, site improvements, parking, signage, ATFP, environmental protection, Furniture Fixture and Equipment (FF&E) and temporary facilities. The facility is approximately 39,000 SF. Renovation work is expected to take place while ongoing hospital operations located in the State of Florida. Project will be design-build. NAICS Code: 236220. The magnitude of construction is anticipated to be $25,000,000 � $100,000,000. General period of performance is anticipated to be approximately 1,280 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. In light of recent court decisions on PLAs, the Government is seeking additional information on the use of PLAs for this project. This survey is for planning purposes only and shall not be construed 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. (See question #4) Responses shall be submitted on the attached questionnaire via email to Deborah Torrence, deborah.d.torrence2.civ@us.navy.mil no later than 2:00 PM ET on June 12, 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c68cd4eab804a5aabdd7458a965fe6d/view)
 
Place of Performance
Address: Jacksonville, FL, USA
Country: USA
 
Record
SN07466911-F 20250607/250605230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.