This announcement constitutes a Special Notice Request for Information (RFI). This announcement seeks information from industry and will only be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation.
The U.S. Army Corps of Engineers, Jacksonville is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLAs) for a large-scale construction contract for the following project as part of its market research:
Comprehensive Everglades Restoration Plan, Indian River Lagoon South, C-23/24 North Reservoir, S-425 and Afterbay, Contract 4B, St. Lucie County, Florida.
A Sources Sought synopsis (W912EP25Z0008) was previously issued for the subject requirement on March 18, 2025.
The project description is as follows:
The Jacksonville District seeks interested and capable offerors for work involving a portion of the C-23/C-24 North Reservoir including an access road, earthen embankment, pump station, drainage canal, and culverts in St. Lucie County adjacent to the C-24 Canal, within the northwestern portion of the C-24 drainage basin. The project is bounded by the C-24 Canal on the east, State Road 70 on the south, and a mix of wetlands, agricultural lands, and livestock grazing lands that have sparsely distributed residents along the northern, southern, and western boundaries. The project area is approximately 90 acres. The embankment length is about one quarter mile, and the embankment height is approximately 29 feet above the average existing elevation. The C-23/C-24 North Reservoir is designed to hold 32,612 ac-ft of water at Normal Full Storage Level when fully constructed. The Normal Full Storage Level is EL. 38.5 feet North American Vertical Datum of 1988 (NAVD88). The embankment crest is EL. 51.0 feet NAVD88. The embankment is earth fill with a soil cement bentonite cutoff wall. Soil cement is used on the interior slope to provide against soil erosion. The embankment contains a blanket drain with a two-stage filter at the seepage collection pipe. The work includes construction of a project access road from SR70. There is property between the embankment and the C-24 canal that can be used for staging. The work includes constructing the pump station afterbay embankment and adjoining embankment along with soil cement. The work includes constructing the S-425 Sag Culvert from the reservoir to its connection at the previously constructed portion of S-425 at the C-23/24 Stormwater Treatment Area. The pump discharge pipes begun in Contract 4A for the pump station will also be completed as part of this contract.
Although not specifically noted, construction staging can be anywhere within the limits of construction, provided that the staging does not affect other contractors on the project. Coordinate staging with other contractors on the project site.
Specific Project Challenges
- Coordination of staging and performance with other contractors on the work site.
- Constructing the S-425 Sag Culvert in the wet across the existing C-24 canal.
- Constructing an embankment including cut off wall, chimney drain, and blanket drain.
- Constructing soil cement embankment cover.
The estimated Magnitude of Construction is between $100,000,000 and $250,000,000.
The estimated period of performance is 1,095 calendar days after receipt of the Notice to Proceed.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $45 million.
Please note that there is no solicitation at this time. This Request for Information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville Districts anticipates the issuance of a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to this Request for Information or any follow-up information requested.
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). 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.
Class Deviation 2025-O0002 and its Revision 1, entitled Waiver of Project Labor Agreement Requirements, has been rescinded per the Rescission of Class Deviation, Waiver of Project Labor Agreement Requirements memorandum from the Defense Pricing, Contracting, and Acquisition Policy, dated 2 June 2025. Accordingly, and as stated in the 2 June 2025 memorandum, Contracting Officers shall comply with the requirements for project labor agreements implemented at Federal Acquisition Regulation (FAR) subpart 22.5 and 36.104(c). See also FAR 52.222-33, Notice of Requirement for Project Labor Agreement; and FAR 52.222-34 Project Labor Agreement.
The Government is s 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. This market research is being used to assess whether any of the conditions outlined in FAR 22.504(d) apply to the subject requirement.
To support this effort, we request that your firm provide detailed and well-supported responses to the following questions:
1. Do you have experience with, or knowledge of a PLA being used on similar projects in the local area? If so, please provide supporting documentation:
- Project Name and Location
- Detailed Project Description
- Initial Cost Estimate vs. Actual Final Cost
- Was the project completed on time?
- Number of craft trades present on the project
- Were there any challenges experienced during the project?
2. Do you foresee a shortage of skilled labor in the area for the trades required to complete this project? Please provide details and any supporting documentation. Additionally, please explain whether the inclusion of a PLA would further restrict the availability of subcontractors, especially for specialized construction work.
3. Are there any scheduling concerns or sensitive project requirements that could be impacted by the use of a PLA? Please provide details and supporting documentation on how project timelines might be affected.
4. What are the potential cost impacts of incorporating a PLA into this project? Please indicate whether costs are likely to increase or decrease, along with an estimated amount. Please provide any relevant supporting documentation. Indicate if any potential pricing strategy already accounts for the potential impact of PLAs on labor costs, considering current market conditions in the area?
5. Based on FAR 52.222-33 and alternates and 52.222-34 and alternates do you see any negative and/or positive impacts of submitting the PLA at one phase of the procurement process over another? If so, please explain. Also, provide an estimated and realistic timeframe that your company will be able to submit a PLA.
6. In your opinion, would a PLA enhance the federal government's ability to achieve efficiency and cost-effectiveness in procurement? Please provide specific reasons supporting or opposing this view.
7. Is there any additional information such as statistics, industry insights, or other relevant documentation that should be considered as part of this market research?
8. Is your firm anticipating submitting a proposal for this procurement? Will the use of a PLA impact your ability to propose? If so, please explain.
Submission Instructions
Please provide responses to these questions, on a company letterhead, by no later than Friday, July 25, 2025, at 2:00PM, EDT. All responses shall be sent to Walter Love at walter.d.love@usace.army.mil and Manuela Voicu at manuela.d.voicu@usace.army.mil.