Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2025 SAM #8601
SPECIAL NOTICE

Y -- PLA Survey for conversion of two (2) existing barracks buildings into operational facilities

Notice Date
6/12/2025 1:58:56 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
PLA3218_3219
 
Response Due
6/17/2025 2:00:00 PM
 
Archive Date
07/02/2025
 
Point of Contact
Russell Armstrong, Phone: 4259238716, Shawna West, Phone: 2067643416
 
E-Mail Address
russell.j.armstrong@usace.army.mil, shawna.m.west2@usace.army.mil
(russell.j.armstrong@usace.army.mil, shawna.m.west2@usace.army.mil)
 
Description
Subject: Joint Base Lewis McChord, WA Multi Domain Task Force (MDTF) Buildings 3218-3219 NAICS Code: 236220 Commercial and Institutional Building Construction, size standard $45M Product Service Code: Y1AZ Construction of Other Administrative Facilities and Service Buildings Posted: 06/10/2025 Due: 06/17/2025 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 required use of PLA for large scale construction projects as defined by FAR 22.502 (Total estimated costs of the construction contract to the Federal Government is $35 million or more) within Tacoma, Washington. DESCRIPTION OF WORK: The U.S. Army Corps of Engineers (USACE) Seattle District has a requirement to convert two (2) existing barracks buildings into operational facilities for 3 tier levels of command. These buildings in general are referred as �the Hammer Heads�. The Hammer Handles have three (3) floors with a crawl space at grade elevation. The Hammer Heads are single floor. The Basement area with a main utility mechanical & electrical room extends partially under both the Hammer Head and the Hammer Handle. The definitive removal / demolition work items for each building will require: a) Hazardous material / debris abatement and removal mostly within the crawl space b) Partial at ~ 75% removal / demolition of exterior building envelope, interior walls, etc. c) Removal at ~ 90% removal of building mechanical � electrical systems d) Removal of the existing roof EPDM system (but not the roof framing structure) The definitive repair / new work items for each building will require: e) New exterior envelope f) New building mechanical � electrical systems g) New Thermoplastic Polyolefin (TPO) Roof system h) ADA upgrades � entry ramps, elevator for Building 3219 i) Painting of exteriors Other considerations for site work coordination: i) New utility connections (mostly by other entities) j) Shared construction boundaries with adjacent current and future projects MAGNITUDE: In accordance with DFARS 236.204, the magnitude of the estimated cost of construction (ECC) range for this project is between $25,000,000 and $100,000,000. FACTORS TO BE CONSIDERED: Some of the factors that may be considered regarding PLA use for this project are: FAR 22.504(d), Exceptions to project labor agreement requirements: (i): Requiring a project labor agreement on the project would not advance the Federal Government's interests in achieving economy and efficiency in Federal procurement. The exception shall be based on one or more of the following factors: (a) The project is of short duration and lacks operational complexity. (b) The project will involve only one craft or trade. (c) The project will involve specialized construction work that is available from only a limited number of contractors or subcontractors. (d) The agency's need for the project is of such an unusual and compelling urgency that a project labor agreement would be impracticable. (ii) Market research indicates requiring a PLA on this project would substantially reduce the number of potential Offerors to such a degree that adequate competition at a fair and reasonable price could not be achieved. (See FAR 10.002(b)(1) and FAR 36.104). (iii) Requiring a PLA on this project would otherwise be inconsistent with Federal statues, regulations, Executive Orders, or Presidential memoranda. FEDERAL ACQUISITION REGULATIONS (FAR): PLAs are required for all construction projects estimated at $35 Million or greater (using appropriated funds), unless an exception applies, as provided at FAR 22.504(d). INDUSTRY COMMENTS: The construction community is invited to comment on the use of PLAs using 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 Government�s interest in achieving economy and efficiency in Federal procurement. 5) 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. 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? THIS IS NOT A SOLICITATION FOR PROPOSALS AND DOES NOT CONSTITUTE ANY COMMITMENT BY THE GOVERNMENT. Responses to this PLA 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/187a54c70e1e402199fa4d0684981811/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA, USA
Country: USA
 
Record
SN07475242-F 20250614/250612230037 (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.