Search Contract Opportunities

PLA Survey - LETTERKENNY MUNITIONS CENTER (LEMC) JOINT MISSILE MAINTENANCE FACILITY AND LETTERKENNY ARMY DEPOT (LEAD) ACCESS CONTROL POINT, CHAMBERSBURG, PENNSYLVANIA   9

ID: W912DR24R0013 • Type: Special Notice
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 8, 2024, 9:36 a.m. EST

PROJECT LABOR MARKET SURVEY FOR PROJECT LABOR AGREEMENTS (PLA) FOR:

LETTERKENNY MUNITIONS CENTER MISSILE MAINTENANCE FACILITY AND LETTERKENNY ARMY DEPOT ACCESS CONTROL POINT IN CHAMBERSBURG, PENNSYLVANIA

Special Notice: W912DR24R0013

This Special Notice is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue a solicitation, make awards, or pay for respondent's expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent amendments. All submissions become government property and will not be returned. Any solicitation issued as a result of this notice will be in a separate announcement.

The Corps of Engineers - Baltimore District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for a large-scale construction project in Chambersburg, PA.

The Government has a requirement for construction services for the construction of a missile maintenance facility and an access control point in Chambersburg, Pennsylvania. The North American Industry Classification System (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction) Business Size Standard of $45.0 Million.

Scope of Work: Construct a guided missile maintenance facility and construct and Access Control Point. The missile maintenance facility will include missile test cells with blast protection, lightning protection system and complete internal and external grounding, extensive mechanical systems to regulate constant temperature and humidity levels, structural criteria for open storage of classified materials for the entire facility, hazardous material storage, paint booth, covered ammunition storage area, offices, break room, restrooms, parts storage areas, and operating bays. An interior bridge crane is required. Primary facilities include renovation of Building 5300, construction of an organizational storage building, battery shop with forklift charging stations, standard design Access Control Point/Facility (ACP) to include ACP pavements and barriers, ACP redundant power, special foundations, Intrusion Detection Systems (IDS) installation, Energy Monitoring and Control Systems (EMCS) connections, antiterrorism measures and building information systems. Supporting facilities include site development, utilities and off-site utility connections, fire protection and alarm systems, lighting, paving, parking, walks, curbs, and gutters, site clearing and grading, storm drainage, information systems, landscaping, and signage. Building information systems for this project are unique in nature and not included in the unit cost of the building. Heating and air conditioning will be provided by self-contained systems. The standard design ACP will include a Visitor Control Center, Combined Search Office/Gatehouse, Overwatch, Mail Processing Center with loading dock, inspection canopies, guard booths, roadways, parking, lighting, traffic control signals, passive and active vehicle barriers with comprehensive control systems, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, Electronic Security System (ESS) installation, duress alarm, closed circuit television (CCTV), and Energy Monitoring Control Systems (EMCS) connection. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 97 Tons).

A project labor agreement is defined as a pre-hire collective bargaining agreement with one or more labor organization that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). See FAR 22.503 policy for details.

Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use project labor agreements in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects.

(b) When awarding a contract in connection with a large-scale construction project (see 22.502), agencies shall require use of project labor agreements for contractors and subcontractors engaged in construction on the project, unless an exception at 22.504(d) applies.

The Baltimore District requests responses to the following construction labor questions:

  1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, provide supporting documentation? The information should include the following information on projects completed in the last 2-5 years:

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?

  1. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so elaborate and provide supporting documentation where possible.
  2. Does the local market contain the sufficient number of available skilled workers for this project?
  3. Are the other projects in the vicinity going to limit the pool of skill labor available for your project?
  4. Are you aware of time sensitive issues/scheduling requirements that would impact the rate at which the referenced project should be completed? If so, elaborate and provide supporting documentation where possible.
  5. Are there collective bargaining agreements (CBAs) that are likely to expire during the course of the project under consideration that might cause delays?
  6. 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.
  7. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.
  8. Identify any additional information you believe should be considered on the use of a PLA for the referenced project.
  9. How would the use of a PLA impact project costs.
  10. How would the use of a PLA impact the small business participation as subcontractors?
  11. How would a PLA on this project impact small business prime and subcontractors who are non-signatory to a PLA concurrently working a separate contract on the same project site.
  12. Is your firm a serious interested party in that you intend to submit a proposal for this procurement? Will the use of a PLA impact your ability to propose? If so, explain.

Please send your labor market survey responses via email to Amber Rose and Michael Getz, Amber.L.Rose@usace.army.mil and Michael.J.Getz@usace.army.mil no later than 11:00 AM EST on 23 February 2024.

Posted: Jan. 10, 2024, 12:29 p.m. EST

Overview

Response Deadline
Feb. 23, 2024, 11:00 a.m. EST (original: Jan. 24, 2024, 11:00 a.m. EST) Past Due
Posted
Jan. 10, 2024, 12:29 p.m. EST (updated: Feb. 8, 2024, 9:36 a.m. EST)
Set Aside
None
Place of Performance
Chambersburg, PA 17201 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
On 1/10/24 USACE Baltimore District issued Special Notice W912DR24R0013 for PLA Survey - LETTERKENNY MUNITIONS CENTER (LEMC) JOINT MISSILE MAINTENANCE FACILITY AND LETTERKENNY ARMY DEPOT (LEAD) ACCESS CONTROL POINT, CHAMBERSBURG, PENNSYLVANIA due 2/23/24.
Primary Contact
Name
Amber ROSE   Profile
Phone
(410) 962-3987

Secondary Contact

Name
Michael Getz   Profile
Phone
(410) 962-3455

Documents

Posted documents for Special Notice W912DR24R0013

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Special Notice W912DR24R0013

Award Notifications

Agency published notification of awards for Special Notice W912DR24R0013

Contract Awards

Prime contracts awarded through Special Notice W912DR24R0013

Incumbent or Similar Awards

Contracts Similar to Special Notice W912DR24R0013

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice W912DR24R0013

Similar Active Opportunities

Open contract opportunities similar to Special Notice W912DR24R0013

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST BALTIMORE
FPDS Organization Code
2100-W912DR
Source Organization Code
100221492
Last Updated
March 9, 2024
Last Updated By
amber.l.rose@usace.army.mil
Archive Date
March 9, 2024