Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2025 SAM #8598
SPECIAL NOTICE

Y -- PROJECT LABOR AGREEMENT (PLA) REQUEST FOR DESIGN-BUILD (DB) T-TA DEPOT MAINTENANCE COMPLEX (DMC), HILL AIR FORCE BASE (HAFB), UTAH (UT)

Notice Date
6/9/2025 8:50:39 AM
 
Notice Type
Special Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Response Due
6/9/2025 1:00:00 PM
 
Archive Date
06/24/2025
 
Point of Contact
Aurielle Ruiz, Amelia Bryant
 
E-Mail Address
aurielle.ruiz@usace.army.mil, amelia.k.bryant@usace.army.mil
(aurielle.ruiz@usace.army.mil, amelia.k.bryant@usace.army.mil)
 
Description
NOTE: THE ORIGINAL PROJECT LABOR AGREEMENT (PLA) SPECIAL NOTICE WAS POSTED UNDER W9123824S001 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. This Notice is for the evaluation of PLAs ONLY. This is a Sources Sought Notice only; it is not a request for competitive proposals. US Army Corps of Engineers, Sacramento District is currently re-evaluating the potential use of Project Labor Agreements (PLAs) on T-7A Depot Maintenance Complex (DMC), Hill Air Force Base (HAFB), Utah (UT) project. This re-evaluation is informed by, and takes into consideration, the recent Class Deviation 2025-O0002, Revision 1 �Waiver of Project Labor Agreement Requirements�. The project includes a requirement to construct a two (2)-story hangar maintenance facility (approximately 301,798 square feet (SF)) for the new T-7A DMC. The intent is for a two-hundred-fifty (250) person maintenance crew to support maintenance functions for a 351 aircraft program with an Aircraft Initial Operating Capability. The hangar maintenance facility will be located south of the existing F-22 facilities on the east side of the base adjacent to Foulois Road located at HAFB, UT. Major functional components for the maintenance facility include sixteen (16) maintenance docks, engine storage and repair, equipment storage, blast booths and blast prep areas, paint booths and paint prep areas, an air filtration system, a fuel dock, pre-flight testing; harness, fabrication cell, hydraulics, machine, parts, stencil, and transportation shops, life support; material inventory control, hazardous waste storage, a software integration lab, showers and locker rooms, administrative office space, including a shipping and receiving dock. The project will include utilities, pavements, parking site preparation and site improvements. The facility will be designed as permanent construction in accordance with (IAW) the Department of Defense (DoD) UFC 1-200-01, General Building requirements. The design shall conform to criteria established in the Air Force (AF) Corporate Facilities Standards, the Installation Facilities Standards, but will not employ a standard facility design because there is no AF standard facility design for this project, and there is no applicable standard design from USACE. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project IAW UFC 1-200-02, High Performance and Sustainable Building Requirements. This includes preparation of a life-cycle cost analysis for energy consuming systems and renewable energy generating systems, whenever life-cycle cost-effective is selected as the reason any requirement of UFC 1-200-02 is partially compliant or not applicable. The facility is sited IAW with the Installation Development Plan and is within a compatible land use area. This project does not fall within or partly within the one hundred (100)-year flood plan. Project will be DB. The magnitude of construction is anticipated to be $200M � $250M. General period of performance is estimated that construction of this requirement can be completed in one-thousand fifty (1,050) calendar days. PROJECT LABOR AGREEMENTS 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 United States Code (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 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. This market research effort will help in the Government�s determination of whether a PLA exception applies. Please consider the following questions in this request. Project Labor Agreement (PLA) Questionnaire: 1) 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? If you have submitted an offer under this solicitation, would you continue to compete for this project if the solicitation is amended to require a PLA? Explain in detail. 2) 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. 3) 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. 4) 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. 5) Identify specific reasons why or how you believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 6) Identify specific reasons why you do not believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. 8) Please identify if you intend to propose on this project subject to a PLA requirement. 9) Will multiple construction Contractors and/or Subcontractors employing workers in multiple crafts or trades be required to complete the anticipated work? 10) Do you think requiring a PLA will increase contract costs or contribute to cost savings? Why or why not? How? 11) If you have previously been party to a PLA, approximately how long did it take to negotiate the terms of the PLA? 12) Did PLA negotiation delay construction start? If so, by how long 13) Any other information you think should be considered regarding the use of PLAs for the anticipated project. (ii) Please also provide the following information on projects completed in the last two (2) to five (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? This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Respondents will NOT be notified of the results of any review conducted or the capability statements received. Please send responses and/or questions to the Contract Specialist, Aurielle Ruiz, aurielle.ruiz@usace.army.mil by 1600 PM/ 4:00 PM AM (MDT) Monday, 23 June 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e5e5c370ec144d64968b96608cfc8846/view)
 
Place of Performance
Address: Hill Air Force Base, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN07470078-F 20250611/250609230037 (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.