This is a request for information (Project Labor Agreement 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).
DESIGN BID BUILD CONSTRUCTION PROJECT P215 JOINT INTERAGENCY TASK FORCE SOUTH (JIATF-S) COMMAND AND CONTROL FACILITY (C2F), TRUMAN ANNEX, NAVAL AIR STATION (NAS) KEY WEST, FL
Construct a five-story JIATF-S C2F at Truman Annex, NASKW, Florida. Project encompasses, an operations area that includes special use space for a Sensitive Compartmented Information Facility (SCIF), Operations Center (OC), and Network Operations Center (NOC), and an administrative area divided into specified security zones. Construction includes redundant mechanical and electrical systems with backup power, antenna pad, loading service areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Facility will be built to withstand Category 5 hurricane wind loads and category 1 Storm Surge, to resist coastal corrosive environment, and be built above the floodplain level. Communication and Server rooms will be served and supported by dedicated redundant computer room air-conditioning (CRAC) units and will have dedicated pre-action systems with a clean agent fire suppression system. Sustainability and energy enhancement measures are included.
The 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 $250,000,000 and $500,000,000. The general period of performance is anticipated to be approximately 2690 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 Sheila Borges, sheila.i.borges.civ@us.navy.mil and Lindsay Betteridge, lindsay.e.betteridge.civ@us.navy.mil. no later than 2:00 PM ET on August 14, 2025.
Background
The Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) is seeking input from the construction community regarding the implementation of Project Labor Agreements (PLA) for upcoming construction projects. This initiative is part of a broader effort to ensure efficiency and competition in federal procurement.
The specific project in focus is the construction of a five-story Command and Control Facility for the Joint Interagency Task Force – South (JIATF-S) at Truman Annex, Naval Air Station Key West, Florida. The facility will serve critical operational functions and is designed to meet stringent safety and environmental standards.
Work Details
The project involves constructing a five-story facility that includes:
- An operations area with specialized spaces for a Sensitive Compartmented Information Facility (SCIF), Operations Center (OC), and Network Operations Center (NOC);
- An administrative area divided into security zones;
- Redundant mechanical and electrical systems with backup power;
- An antenna pad;
- Loading service areas;
- Information systems;
- Fire protection and alarm systems;
- Installation of an Intrusion Detection System (IDS);
- Connection to Energy Monitoring Control Systems (EMCS).
The facility will be engineered to withstand Category 5 hurricane winds, resist coastal corrosion, and be elevated above floodplain levels. Communication and server rooms will have dedicated redundant computer room air-conditioning units and pre-action systems with clean agent fire suppression. Sustainability measures are also included in the design.
Period of Performance
The anticipated period of performance for this contract is approximately 2690 calendar days.
Place of Performance
The construction projects will be performed at Truman Annex, Naval Air Station Key West, Florida.