Florida Bids > Bid Detail

B101 Joint Strike Fighter Facility Renovation PLA Notice

Agency:
Level of Government: Federal
Category:
  • 51 - Hand Tools
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159831396171174
Posted Date: Jan 24, 2024
Due Date: Feb 7, 2024
Source: https://sam.gov/opp/a81bb5ad62...
Follow
B101 Joint Strike Fighter Facility Renovation PLA Notice
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC SOUTHEAST
Office
NAVFACSYSCOM SOUTHEAST
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 24, 2024 10:01 am EST
  • Original Response Date: Feb 07, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Jacksonville , FL 32212
    USA
Description

This is a request for information (Questionnaire attached). This is not a Request for Proposals (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB) and it shall not be construed as an obligation on the part of the Government. There will be no solicitation, specification, or drawings available at this time.



Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) is soliciting comments from the construction community addressing the use of Project Labor Agreements (PLA) for construction projects (including new work, additions, alterations, and repairs). This project includes the design and construction associated with the renovation of Building 101. The building to be renovated is an existing hangar consisting of a single-story high bay and lean-to structures on each side of the hangar high bay to support the need for Depot Level maintenance for the F-35. Approximately 152,248 square feet will be included in this project. The design and construction of this project will include pertinent site alterations to areas adjacent to the



building to accommodate a new stair/elevator combination; construction of a new stair and elevator combination; miscellaneous structural modifications to support the renovations; physical and electronic security modifications; construction of new controlled office and support space; support space modifications; mechanical systems to support adequate heating, ventilation, and air conditioning for the renovated areas; plumbing systems to support mechanical systems and renovated areas; modifications to electrical systems including power, interior and exterior lighting and support for mechanical systems; modifications to telecommunications system to support facility requirements; modification of fire protection systems including fire suppression and fire alarm systems; and all architectural elements and systems, including interior design.



The project will be design-bid-build, North American Industry Classification System (NAICS) Code is 236220 – Commercial and Institutional Building Construction with the annual size standard of $45 million. Project Magnitude is between $25,000,000 and $100,000,000. The general period of performance is anticipated to be approximately 1,145 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). Effective January 22, 2024, Final Rule (FAR Case 2022-003), implements Executive Order (E.O.) 14063, Use of PLAs for Federal Construction Projects, which requires the use of PLAs in large-scale (defined as $35 million or more) Federal construction projects within the United States. Contractors and subcontractors working on large-scale construction projects must negotiate or become party to a PLA with one or more labor organizations unless an exception is granted. This requirement applies to new solicitations, including task or delivery orders, issued on or after January 22, 2024.



The Government is requesting information to determine if the use of project labor agreements will (1) advance the Federal Government's interest in achieving economy and efficiency in Federal procurement; (2) promote adequate competition at a fair and reasonable price; and (3) be consistent with statutes, regulations, laws etc. The Government is seeking information from both unionized and non-unionized contractors, as well as contractors familiar with the federal marketplace as well as new entrants, that may be interested in participating in competition for this procurement. 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 construction community is invited to comment on the use of a PLA for this proposed project using 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. After review of the responses to this special notice, the Government intends to make a determination to pursue an exception to the mandatory use of a PLA or not. The Government will not contact the responders for clarification of information provided. 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 Matthew Abbott, matthew.j.abbott5.civ@us.navy.mil and Lindsay Betteridge, lindsay.e.betteridge.civ@us.navy.mil. no later than 2:00 PM ET on February 7th, 2024.




Attachments/Links
Contact Information
Contracting Office Address
  • COMMANDING OFFICER B-903 YORKTOWN
  • NAS JACKSONVILLE , FL 32212-0030
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 24, 2024 10:01 am ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >