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 -- PROJECT LABOR AGREEMENT (PLA) REQUEST FOR DBB P222 MQ-25 AIRCRAFT LAYDOWN FACILITIES, NSN, VA

Notice Date
6/12/2025 11:45:12 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Response Due
6/19/2025 11:00:00 AM
 
Archive Date
08/30/2025
 
Point of Contact
CATHARINE Keeling, Phone: 7573410150, Amanda Bricker, Phone: 7573412074
 
E-Mail Address
catharine.a.keeling@navy.mil, amanda.bricker@navy.mil
(catharine.a.keeling@navy.mil, amanda.bricker@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) Mid-Atlantic 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 a hangar and supporting facilities/building. Construction includes site preparation, utility demolition and relocation, excavation cut and fill and grading. The site is an area of manmade land and releases of contaminants to the soil and groundwater as a result of historical airfield and industrial operations. Special foundation features include deep foundation system with piles. Paving and site improvements include storm water management Low Impact Development (LID) facilities and items, security fence relocation and expansion with lockable pedestrian gates, vehicular circulation areas, parking restriping, expanded security fencing, site cleanup and landscaping. Environmental Mitigation includes sampling, staging, and offsite disposal of contaminated soil, treatment (including sampling, licensed operator, and treatment system) of contaminated groundwater and runoff during dewatering activities, disposal of groundwater treatment media, and disposal of AFFF concentrate/solution contained within the existing fire protection system of Building LP48. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. The project will be design-bid-build. NAICS Code: 236220. The magnitude of construction is anticipated to be $100M � $250M. General period of performance is anticipated to be approximately 1,100 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 catharine.a.keeling.civ@us.navy.mil no later than 2:00 P.M. local time on 19 June 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/65ae1e0f5ca44bb5b1190cc8b9bb0343/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07475247-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.