SPECIAL NOTICE
Y -- Murrieta Creek Phase 2B
- Notice Date
- 6/11/2025 9:10:31 AM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
- ZIP Code
- 90017-3409
- Solicitation Number
- W912PL25S0015
- Response Due
- 6/17/2025 1:00:00 PM
- Archive Date
- 07/02/2025
- Point of Contact
- Ashley Powell, Phone: 2134523241, Michael Robinson, Phone: 2134523311
- E-Mail Address
-
ashley.s.powell@usace.army.mil, MICHAEL.G.ROBINSON@USACE.ARMY.MIL
(ashley.s.powell@usace.army.mil, MICHAEL.G.ROBINSON@USACE.ARMY.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army, Corps of Engineers, Los Angeles District, is soliciting comments from the construction community addressing the potential use of a Project Labor Agreement (PLA) for a future procurement for the Murietta Creek Phase 2B project, Solicitation number W912PL25BA004. Project Background: Design Bid Build Multi-purpose flood risk management, ecosystem restoration and restoration project As you can see from the map below, Murrieta Creek Phase 2B channel widening starts from the upstream end of Phase 2A (Station 102+00, to the right) and continues to approximately 8,260 feet (Station184+60, to the left). The invert of the channel consists of a maintained channel area and riparian vegetation corridor. SCOPE: (overbank aesthetics landscaping, right of way), (buried riprap), (grouted riprap slopes at confluences), (replacing existing concrete slopes), (maintenance road/trail, riparian vegetation corridor), (vehicular maintenance access point), (drop structure), (underpasses), (grade stabilizer and channel invert), (access ramp), (concrete ditch), (earth ditch), (catch basins), (box culvert), (storm drains drop inlets), (galvanized posts and cable fence), (access gates/galvanized pipe)(Rancho California Road underpass and temporary berm that separate the maintained portion of the channel form the riparian corridor). The estimated construction price range is $25,000,000 and $100,000,000 The proposed project duration, 1000 calendar days after receipt of Notice to proceed Replies to this notice are being sought from firms with a North American Industry Classification System NAICS Code 237990. Size Determination $45.0M The location of this work is Murrieta, Riverside COunty 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 described in 29 U.S. C. 158(f). Federal Acquisition Regulation (FAR) Policy: Project Labor Agreement (PLA) is a tool that agencies use to promote economy and efficiency in Federal procurements. Pursuant to FAR 22.503, agencies are required to use project labor agreements in connection with large scale construction projects. When awarding a contract in connection with a large-scale construction project, agencies shall require use of project labor agreements for contractors and subcontractors engaged in construction on the project, unless an exception at FAR 22.504(d) applies. 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 party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will (1) Advance the Federal Government's 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: 52.222-33 ""Notice of Requirement for Project Labor Agreement Clause 52.222-34 ""Project Labor Agreement."" The construction community is invited to comment on the use of PLAs. Of particular interest to the Government is your firm's response to the following questions: (1) Do you have knowledge that a PLA has been used in the local area of Santa Barbara County, CA 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) Would the inclusion of a Project Labor Agreement (PLA) requirement affect your firm's ability or decision to propose on this project? If so, please explain how or why. Additionally provide the following information on projects completed in the last 2-5 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 is NOT a Request for Proposals and does not constitute any commitment by the Government. Responses to this Project Labor Agreement (PLA) survey will be used by the Government to make appropriate acquisition decisions. All interested parties must respond to future solicitation announcements separately from responses to this Project labor Agreement (PLA) survey. Responses should be submitted to Stanley Sekacov, Contract Specialist, via electronic transmittal to ashley.s.powell@usace.army.mil. Submittals are due no later than 2:00 PM local time on June 17, 2025 . Submittals will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c562718319f549aea338dbb8d7f172cb/view)
- Place of Performance
- Address: Temecula, CA 92590, USA
- Zip Code: 92590
- Country: USA
- Zip Code: 92590
- Record
- SN07473304-F 20250613/250611230040 (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 |