The RFP Database
New business relationships start here

PLA Survey - Repair Shoulder, Biggs Army Airfield


Nebraska, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

The Corps of Engineers Omaha District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLA) for large scale construction projects (exceeding $25 million) within the Fort Bliss area.

Provide your responses NLT 2PM, Central local time, 8 February 2018 to donna.r.larson@usace.army.mil. Ensure your response is limited to 5 pages. Provide your contact information.


A PLA is defined as a pre-hire collective bargaining agreement between a Prime contractor and one or more labor organizations 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). Federal Acquisition Regulation (FAR 22.503) Policy provides that:


(a) Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects.
(b) An agency may, if appropriate, require that every contractor and subcontractor, or certain subcontractors, engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will
(i) Advance the Federal Governments interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards and other matters; and
(ii) Be consistent with law. Reference: FAR 52.222-33 Notice of Requirement for Project Labor Agreement; FAR 52.222-34 Project Labor Agreement.


Request responses to the following questions:


(1) Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation.
(2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the reference project? If so, please elaborate and provide supporting documentation where possible.
(3) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible.
(4) Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.
(5) Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.
(6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project.
(7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.


The information gathered in this survey should include the following information on projects completed in the last 2 - 5 years:
1) Project Name and Location
2) Detailed Project Description
3) Initial Cost Estimate vs. Actual Final Cost
4) Was the project completed on time?
5) Number of craft trades present on the project
6) Was a PLA used?
7) Were there any challenges experienced during the project?


Project Description:
This is a Fully-Designed Project. The project will be constructed in three separate, non-concurrent phases as follows: Phase 1 (RNWY 21 END - Approx. 2,000 LF), Phase 2 (RNWY 03 END - Approx. 2,500 LF), and Phase 3 (Runway Center portion between Phase 1 and Phase 2 - Approx. 9,100 LF). During Phase 1 and Phase 2 the remaining shortened runway portion outside of each phase area will be aircraft operational therefore installation of a displaced threshold will be required for both of these phases. During Phase 3 the entire runway will be closed to aircraft operations.


Project will include the following: Remove approximately 97,000 square yards of existing PCC pavement varying in thickness between 14 inches and 25 inches. Construct approximately 56,500 square yards of new 20-inch PCC pavement, 58,000 square yards of new 17-inch PCC pavement and 1,400 square yards of new PCC pavement varying in thickness between 14.5-inches and 25-inches. New PCC pavement shall conform to 32 13 11 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS with very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction, weather severity classification of moderate, enforcement of evaluation and testing for Alkali-Silica Reactivity per UFGS 32 13 11 requirements for both fine and coarse aggregates, Army durability requirement that aggregate shall have a satisfactory service record in freezing and thawing of at least 5 years successful service in three concrete paving projects or aggregate with durability factor of 50 or more when subjected to freezing and thawing of specimens prepared in accordance with ASTM C 1646/C 1646M and tested in accordance with ASTM C 666/C 666M, Procedure A, for aggregates not having a satisfactory demonstrable service record.


Removal, by milling, of approximately 214,500 square yards of existing 6-inch hot-mix asphalt pavement, 15,200 square yards of existing 4-inch hot-mix asphalt pavement and 3,200 square yards of existing 2-inch hot-mix asphalt pavement. Construct approximately 3,600 square yards of new 5-inch hot-mix asphalt pavement, 1,700 square yards of new 3-inch hot-mix asphalt and 81,000 square yards of new 2-inch hot-mix asphalt pavement conforming to UFGS 32 12 15.13 HOT-MIX ASPHALT AIRFIELD PAVING.


Additionally, the project includes: partial removal and replacement of two existing Aircraft Arresting Systems; installation of preformed and poured joint sealant in new PCC pavements; route & reseal existing PCC joints & cracks within existing pavements to remain; existing PCC pavement patch & repair; pavement grooving; rubber removal; complete re-marking of RNWY 03/21 to comply with new Army airfield marking criteria; removal & replacement of the existing runway edge lights; removal and replacement of the existing runway PAPI's; removal and replacement of existing runway/taxiway signage; removal and replacement of existing taxiway edge lights adjacent to the runway; removal and replacement of two existing runway threshold bars; removal and replacement of existing REIL's; application of a dust palliative on the unpaved shoulder areas and unpaved areas disturbed by grading.


Option #1: Option #1 converts existing Taxiway F to a temporary runway for limited aircraft operations during Phase #3 construction only. Work consists of existing taxiway pavement marking removals; installation of new temporary runway pavement markings on Taxiway F. Just prior to opening completely repaired RNWY 03/21 to aircraft operations, the temporary runway markings on Taxiway F will be removed and replaced with new taxiway markings.


The estimated construction cost of this project is between $50,000,000 and $65,000,000.
The estimated period of performance is 720 calendar days.
Contractors responding to this market survey must submit their responses via e-mail to Donna Larson at donna.r.larson@usace.army.mil no later than 2PM Central Local Time, Thursday, 8 February 2018.

****************END PLA SURVEY**************** 


Sources Sought: W9128F-18-S-M003


This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.


The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $55M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project.


Project Description:
This is a Fully-Designed Project. The project will be constructed in three separate, non-concurrent phases as follows: Phase 1 (RNWY 21 END - Approx. 2,000 LF), Phase 2 (RNWY 03 END - Approx. 2,500 LF), and Phase 3 (Runway Center portion between Phase 1 and Phase 2 - Approx. 9,100 LF). During Phase 1 and Phase 2 the remaining shortened runway portion outside of each phase area will be aircraft operational therefore installation of a displaced threshold will be required for both of these phases. During Phase 3 the entire runway will be closed to aircraft operations.


Project will include the following: Remove approximately 97,000 square yards of existing PCC pavement varying in thickness between 14 inches and 25 inches. Construct approximately 56,500 square yards of new 20-inch PCC pavement, 58,000 square yards of new 17-inch PCC pavement and 1,400 square yards of new PCC pavement varying in thickness between 14.5-inches and 25-inches. New PCC pavement shall conform to 32 13 11 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS with very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction, weather severity classification of moderate, enforcement of evaluation and testing for Alkali-Silica Reactivity per UFGS 32 13 11 requirements for both fine and coarse aggregates, Army durability requirement that aggregate shall have a satisfactory service record in freezing and thawing of at least 5 years successful service in three concrete paving projects or aggregate with durability factor of 50 or more when subjected to freezing and thawing of specimens prepared in accordance with ASTM C 1646/C 1646M and tested in accordance with ASTM C 666/C 666M, Procedure A, for aggregates not having a satisfactory demonstrable service record.


Removal, by milling, of approximately 214,500 square yards of existing 6-inch hot-mix asphalt pavement, 15,200 square yards of existing 4-inch hot-mix asphalt pavement and 3,200 square yards of existing 2-inch hot-mix asphalt pavement. Construct approximately 3,600 square yards of new 5-inch hot-mix asphalt pavement, 1,700 square yards of new 3-inch hot-mix asphalt and 81,000 square yards of new 2-inch hot-mix asphalt pavement conforming to UFGS 32 12 15.13 HOT-MIX ASPHALT AIRFIELD PAVING.


Additionally, the project includes: partial removal and replacement of two existing Aircraft Arresting Systems; installation of preformed and poured joint sealant in new PCC pavements; route & reseal existing PCC joints & cracks within existing pavements to remain; existing PCC pavement patch & repair; pavement grooving; rubber removal; complete re-marking of RNWY 03/21 to comply with new Army airfield marking criteria; removal & replacement of the existing runway edge lights; removal and replacement of the existing runway PAPI's; removal and replacement of existing runway/taxiway signage; removal and replacement of existing taxiway edge lights adjacent to the runway; removal and replacement of two existing runway threshold bars; removal and replacement of existing REIL's; application of a dust palliative on the unpaved shoulder areas and unpaved areas disturbed by grading.


Option #1: Option #1 converts existing Taxiway F to a temporary runway for limited aircraft operations during Phase #3 construction only. Work consists of existing taxiway pavement marking removals; installation of new temporary runway pavement markings on Taxiway F. Just prior to opening completely repaired RNWY 03/21 to aircraft operations, the temporary runway markings on Taxiway F will be removed and replaced with new taxiway markings.


THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL AND OR BID.


This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information.


This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to provide the consolidated requirements. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 237310 (Highway, Street, and Bridge Construction) are hereby invited to submit a response to the market survey of no more than five pages to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm-fixed contract for services rendered.


The estimated construction cost of this project is between $50,000,000 and $65,000,000.
The estimated period of performance is 720 calendar days. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information.


Contractors responding to this market survey must submit their responses via e-mail to Donna Larson at donna.r.larson@usace.army.mil no later than 10:00am Central Daylight Time, Thursday, January 4, 2018.


Please direct any questions to Donna Larson via email at donna.r.larson@usace.army.mil All responses must provide the return e-mail address, mailing address, telephone number, and facsimile (fax) number. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE.


Submission Details:


All interested, capable, qualified (under NAICS code 237310) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 10 pages. Email responses are required.


Please include the following information in your response/narrative:
• Company name, address, and point of contact, phone number, email address, and DUNS number. Identify any corporate affiliations.
• Business size to include any official teaming arrangements as a partnership or joint venture. As well as, any socio-economic categories (i.e. SDB, HUBZone, SDVOSB, VOSB, WOSB)
• Identify any interest in participating as a leader or member of a small business-led team:
o Specify what type of team arrangement (joint venture, prime contractor/subcontractor, other.
o Provide a list of potential team members and associated disciplines, if known.
o Describe your current/anticipated team management structure.
o Explain any financing arrangements/options available to your team that would support performance under a firm fixed price at an anticipated cost of $10-$15M.
• Details of similar projects and state whether you were the Prime or Subcontractor
• Dates of construction work
• Project references (including owner with phone number and email address)
• Project cost, term and complexity of job
• Information on your bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES


Past Performance Information


1) Please provide any past performance information for the previous 5 years that clearly demonstrates familiarity and experience with similar projects (at least two). For each project, include the following information:


a. Size, term, and complexity of job;
b. Information on your role as either a prime contractor or sub-contractor; and
c. Point of contact (POC) at the agency or prime contractor's organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project.


2) Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience.


3) Provide bonding limits per project and aggregate.


All interested Offeror/Contractors should submit their information to Donna Larson via email only, Not Later Than 10:00am CDT on Thursday, January 4, 2018. Email address: donna.r.larson@usace.army.mil .


 


Donna R. Larson, Contract Specialist, Phone 4022903692, Email donna.r.larson@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP