PLA Survey Ellsworth AFB B-21 60 Rows South EPSs
ID: W9128F25SM015Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
  1. 1
    Posted Jan 3, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 3, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 8:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting input from the construction industry regarding the potential use of Project Labor Agreements (PLAs) for a large-scale construction project at Ellsworth Air Force Base in South Dakota, with a budget exceeding $35 million. The project involves the construction of five new pre-engineered metal Environmental Protection Shelters (EPSs) designed to accommodate B-2A aircraft, along with associated support facilities, and must adhere to stringent Department of Defense standards. Interested parties are invited to submit their comments on the use of PLAs, addressing various factors such as local labor availability and project scheduling, by 2:00 p.m. CST on January 28, 2025, to the designated contacts, James Willett and Brittany Gull, via the provided email addresses. The estimated construction contract award is anticipated in the second quarter of Fiscal Year 2026, with a project completion timeframe of 730 calendar days from the notice to proceed.

Point(s) of Contact
Files
Title
Posted
Jan 3, 2025, 9:05 PM UTC
The U.S. Army Corps of Engineers Omaha District is seeking input from the construction industry on the use of Project Labor Agreements (PLAs) for large-scale projects at Ellsworth Air Force Base, South Dakota, with a project budget exceeding $35 million. Comments must be submitted by January 28, 2025, to designated emails, with a citation of the survey identification number. PLAs are collective bargaining agreements that set employment terms specifically for a project. Executive Order 14063 mandates their consideration in significant federal construction contracts to enhance efficiency and labor stability. The survey requests insights on previous PLA implementations in the area, skilled labor availability, scheduling concerns, and the potential impact on small business participation. Details on a planned construction project for five Environmental Protection Shelters (EPSs) that will accommodate B-2A aircraft and associated support facilities are provided. The project's construction will need to adhere to intricate DoD standards and requires a completion timeframe of 730 days from the notice to proceed. Overall, this initiative reflects the Corps' commitment to engaging the construction community in improving project delivery through collaborative labor agreements.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
B-21 60 Row Environmental Protection Shelters - North
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is soliciting proposals for the construction of B-21 60 Row Environmental Protection Shelters in the northern region. This procurement involves significant changes in specifications and drawings, as outlined in the amendment, and aims to provide essential airfield structures that support military operations. The proposal due date has been extended to April 3, 2025, at 2:00 PM CT, and interested bidders should direct inquiries to Scott Dwyer at Scott.Dwyer@usace.army.mil or Jessica Jackson at jessica.r.jackson@usace.army.mil for further information.
Plating Shop Renovation, HAFB, UT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the renovation of the Plating Shop at Hill Air Force Base (HAFB) in Utah. This project involves a phased approach to demolishing existing plating processes and constructing new facilities, with an estimated budget ranging from $100 million to $250 million. The renovation is critical for enhancing operational capabilities and ensuring compliance with modern standards in industrial building construction. Interested contractors are encouraged to attend a pre-proposal conference and site visit scheduled for March 6, 2025, and must submit their attendee information by February 25, 2025. For further inquiries, potential bidders can contact Aurielle Ruiz at aurielle.ruiz@usace.army.mil or Amelia Bryant at Amelia.K.Bryant@usace.army.mil.
USACE SPK Design-Bid-Build (DBB) Construction - F-35 East Campus Infrastructure - Hill AFB, UT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build (DBB) construction of the F-35 East Campus Infrastructure at Hill Air Force Base, Utah. This project involves significant infrastructure upgrades, including airfield paving, utility systems, and facility construction, with an estimated contract value between $100 million and $250 million. The procurement process emphasizes compliance with safety and environmental standards, and proposals are due by April 11, 2025, with an anticipated award date around June 2, 2025. Interested contractors should contact Michelle Spence at michelle.a.spence@usace.army.mil or Natalia Gomez at natalia.gomez@usace.army.mil for further details.
B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new Logistics and Readiness Fuels Flight administrative and laboratory facility at Dyess Air Force Base. This project entails the development of a single-story facility that includes various specialized spaces such as administrative, command, and laboratory areas, along with essential infrastructure like utilities, storm drainage systems, and security features in compliance with Department of Defense standards. The facility is crucial for supporting the operations of the 7th Logistics and Readiness Squadron and will replace the existing fuels administration laboratory facility, which is set for demolition in the following fiscal year. Interested contractors can reach out to Bijay Gurung at bijay.gurung@usace.army.mil or call 817-886-1018 for further details.
FY25 Unaccompanied Enlisted Personnel Housing (UEPH) Barracks
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is preparing to solicit proposals for the construction of a new Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Joint Base Lewis McChord (JBLM) in Washington. This project involves the construction of a five-story barracks designed to accommodate 200 enlisted personnel, including essential facilities such as living quarters, baths, service areas, and energy-efficient systems, while adhering to Department of Defense standards for safety and sustainability. The estimated construction cost ranges between $100 million and $250 million, with the solicitation expected to be issued around April 28, 2025, and responses due by May 28, 2025. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to direct inquiries to Mary Hesser at mary.a.hesser@usace.army.mil.
Construct Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of the Ground Based Strategic Deterrent (GBSD) Integrated Training Center at F.E. Warren Air Force Base in Wyoming. The project involves building an 85,000 square foot facility that will include classrooms, administration space, virtual training capabilities, and areas for security forces training, along with high-bay spaces for maintenance training. This construction is critical for enhancing military training capabilities and will adhere to various DoD and Air Force design standards. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to access solicitation documents and submit proposals. The estimated construction cost ranges from $25 million to $100 million, with proposals due following the issuance of the solicitation, expected in the coming weeks. For inquiries, contact Brandon Landis at brandon.p.landis@usace.army.mil or John Solomon at john.s.solomon@usace.army.mil.
Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
Buyer not available
The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
Fuels Management and Lab Facility, Eielson AFB, Alaska (EIE439)
Buyer not available
The Department of Defense, through the Department of the Army, is seeking qualified contractors for the demolition and construction of a Fuels Management and Laboratory Facility at Eielson Air Force Base in Alaska. This project involves replacing the existing facility with a new structure that includes various operational and administrative spaces, designed to meet specific arctic and seismic requirements. The contract, estimated to be valued between $10 million and $25 million, is set to be awarded based on a competitive 8(a) solicitation process, with proposals due following the release of the solicitation on or about April 21, 2025. Interested parties can contact Raven Donelson at raven.s.donelson@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil for further information.
Sources Sought Request: Nellis AFB Building 262 Hangar Addition / Alteration Design Build
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the design and construction of an addition and alteration to Building 262 Hangar at Nellis Air Force Base in Nevada. The project involves repairing a 1950s era hangar to accommodate a new F-35 Air Maintenance Squadron, which includes structural repairs, modifications to administrative spaces, and the construction of a 4,062 GSF addition with various support facilities. This procurement is crucial for enhancing military readiness and ensuring compliance with DoD standards, with an estimated construction price range between $10 million and $25 million and a total performance period of 730 calendar days. Interested parties must submit their capability statements to Roger Minami at Kinya.R.Minami@usace.army.mil by April 11, 2025, as this notice is for information gathering only and does not constitute a request for proposals.
*Amended* B1945 Replace Exterior RUBB Liner
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from qualified contractors to replace the exterior RUBB liner on Building 1945 at Shaw Air Force Base in South Carolina. The contractor will be responsible for providing all necessary materials, supervision, and labor to complete the project in accordance with the Statement of Work, which includes the removal and disposal of the old liner and adherence to security protocols. This procurement emphasizes the Air Force's commitment to supporting small businesses, as it is set aside for total small business participation under SBA guidelines. Interested parties must submit their proposals by April 10, 2025, following a mandatory site visit scheduled for April 3, 2025, and can direct inquiries to Johnathan Youngblood at johnathan.youngblood.2@us.af.mil or Daniel Kane at daniel.kane.8@us.af.mil.