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

99 -- B783 (P620) ENGINE TEST CELL FACILITY, NAVAL AIR STATION(NAS), JACKSONVILLE, FLORIDA

Notice Date
6/5/2025 8:17:15 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
 
Response Due
6/12/2025 11:00:00 AM
 
Archive Date
06/13/2025
 
Point of Contact
Cynthia McMonigle, Phone: 9045426606, Lindsay Betteridge
 
E-Mail Address
cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.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 an Engine Test Cell Facility at Naval Air Station (NAS) Jacksonville, Florida. Construction may include, but is not limited to, reconstruction of an existing two bay Engine Test Cell Facility at NAS Jacksonville. The existing facility, B873, will be upgraded and expanded to accommodate testing of the Joint Strike Fighter (JSF) engine and legacy jet engines. Reconstruction will include aircraft jet engine propulsion facility renovation of approximately 25,000SF of the existing facility, expansion approximately 16,000SF and construction of two new augmenters totaling approximately 6,000SF. Work will include but is not limited to, traditional construction elements such as concrete, structural steel, roofing, etc. and demolition of exterior envelope and interior construction. Additionally work will include specialized acoustical attenuation, multiple crane hoists on new customized rail system to include switches, procurement of equipment such as a thrustbed and specialized test cell support equipment, Data Acquisition and Control System (DACS) and Facility Control and Monitoring System (FCMS), installation network infrastructure, fuel farm expansion, Furniture, Fixture and Equipment (FF&E), Electronic Security Systems (ESS) infrastructure and construction support during engine correlation located in the State of Florida. Project will be design-bid-build. NAICS Code: 236220. The magnitude of construction is anticipated to be more than $100M. General period of performance is anticipated to be approximately 871 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 Cynthia McMonigle at cynthia.a.mcmonigle.civ@us.navy.mil no later than 2:00 PM Eastern time on 6/12/2025. Project Labor Agreement (PLA) Questionnaire Questions 1) Are you responding as a representative of a government entity, union, contractor (union or non-union) and/or qualified small business? 2) Would the work involve specialized construction that is available from only a limited number of contractors or subcontractors? Explain in detail. 3) What is your understanding of the availability of union labor and non-union labor in this area for this type of project? Are you otherwise aware of national, regional, or local interest in participating in this project by union or non-union contractors. Explain in detail. 4) As a qualified contractor for a project of this type, would you be interested in participating in this project? Would the requirement of a PLA under this project impact your interest in any way? Explain in detail. 5) Are you aware of PLAs having been used on other similar construction projects in the area and/or other nearby areas? Explain in detail. 6) How do union wage rates compare to prevailing wage rates for this type of project and in this area, i.e., prevailing wage rates under the Construction Wage Rates Requirements statute (formerly known as the Davis-Bacon Act). Explain in detail. 7) Are there any ways in which the requirement of a PLA might increase costs on a project of this type in this area? Explain in detail.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fbd9b465ed944b7fb481b9eb5b6bdce2/view)
 
Place of Performance
Address: Jacksonville, FL 32212, USA
Zip Code: 32212
Country: USA
 
Record
SN07466965-F 20250607/250605230048 (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.