Project Labor Agreement for P-180 Naval Innovation Center, Naval Support Activity Monterey, CA
ID: N6247324R0046 Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the Design-Build P-180 Naval Innovation Center project at Naval Support Activity Monterey, California. This project involves the construction of a modern multi-story facility encompassing 286,617 Gross Square Feet (GSF), which will include specialized laboratories, collaboration spaces, and support areas, as well as extensive site improvements. The use of PLAs is encouraged under federal policy to enhance efficiency and labor-management stability in large-scale construction projects. Interested contractors are invited to respond to the attached questionnaire by emailing Christopher Rosario at christopher.d.rosario2.civ@us.navy.mil, with responses being confidential and used solely for planning purposes. This notice is not a solicitation for offers, and no contract will be awarded based on this market survey.

    Files
    Title
    Posted
    The document presents a Questionnaire for a Request for Information (RFI) related to the N62473-24-R-0046 project at the Naval Innovation Center, Naval Support Activity Monterey, CA. Its primary purpose is to gather insights from contractors regarding their interest and capacity for specialized construction work linked to this initiative. Key questions focus on the nature of contractors' affiliations (government entities or unions), the availability of skilled labor in the region (both union and non-union), and the contractors' willingness to participate under a Project Labor Agreement (PLA). It also addresses cost implications related to union versus prevailing wage rates and inquires about previous uses of PLAs in similar projects. Overall, the RFI seeks to assess contractor readiness and gauge interest levels while examining labor market conditions, all of which are essential for planning and executing the construction project effectively.
    Similar Opportunities
    PROJECT LABOR AGREEMENTS (PLA’s) Survey for Sabine-Neches Waterway Channel Improvement Project – Sabine Extension Channel to Sabine Pass Channel, Jefferson County, Texas
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE - DEPT OF THE ARMY is soliciting comments from industry regarding the potential use of Project Labor Agreements (PLA) for the upcoming Sabine-Neches Waterway Channel Improvement Project in Jefferson County, Texas. The project involves dredging the Sabine-Neches channel to full depth at the Sabine extension channel to Sabine Pass Channel. The estimated project cost is between $100,000,000 - $250,000,000, with a performance period of approximately 600 calendar days. A PLA is a pre-hire collective bargaining agreement that establishes the terms and conditions of employment for a specific construction project. The government is seeking industry input on the use of PLAs for this project. Interested parties must submit their responses via email by December 8, 2023.
    PLA Survey - B-21 60 Row Environmental Protection Shelters (EPS) - North, Ellsworth AFB, SD
    Active
    Dept Of Defense
    The Department of Defense, through the Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for a significant construction project at Ellsworth Air Force Base in South Dakota. The project involves the construction of five new pre-engineered metal Environmental Protection Shelters (EPS) designed for B-2A aircraft, along with associated airfield and ground support equipment, with an estimated construction cost between $25 million and $100 million. The feedback gathered will inform the decision on whether to implement a PLA, which aims to enhance efficiency and stability in federal procurement for large-scale projects. Interested parties must submit their responses via email to Scott Dwyer at Scott.Dwyer@usace.army.mil by 12:00 PM CST on September 19, 2024.
    Project Labor Agreement Survey - Power Independence Mission Control Station (MCS), Buckley Space Force Base (SFB), Colorado (CO)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting feedback from the construction community regarding the potential use of Project Labor Agreements (PLA) for the upcoming Power Independence Mission Control Station (MCS) project at Buckley Space Force Base in Colorado. This construction project, estimated to cost between $25 million and $100 million, aims to provide essential utility and backup power facilities for the Space-Based InfraRed Systems mission, including the construction of a new power plant and associated infrastructure. The use of PLAs is intended to enhance efficiency and stability in labor relations for large-scale federal construction projects, as mandated by Executive Order 14063. Interested parties are encouraged to submit their comments by 2:00 PM Central Time on September 24, 2024, via email to Brandon Landis at brandon.p.landis@usace.army.mil, with a courtesy copy to Brittany Gull at brittany.c.gull@usace.army.mil.
    Architectural and Engineering Services for IBO Long Range Planning
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking qualified architect-engineering firms to provide long-range planning and infrastructure planning engineering services at Naval Air Weapons Station China Lake and Naval Base Ventura County, including Point Mugu and San Nicolas Island. The objective is to support military construction projects, major repair projects, and recapitalization efforts by delivering engineering subject matter expertise, coordinating with stakeholders, and assisting in project design across various engineering disciplines. This procurement is crucial for enhancing the operational readiness and sustainability of military infrastructure, with interested businesses required to submit a Market Research Questionnaire by 10:00 AM PST on September 25, 2024, to the Contract Specialist, Theresa Lee, at seunghwa.t.lee.civ@us.navy.mil.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    Y--P-440 REPLACEMENT OF NAVAL PIER 8, NAVAL BASE SAN DIEGO, SAN DIEGO, CA
    Active
    Dept Of Defense
    Sources Sought - DEPT OF DEFENSE, DEPT OF THE NAVY is seeking small business concerns for the design-build construction project to replace Naval Pier 8 at Naval Base San Diego, CA. The project involves the construction of a pile supported reinforced concrete pier with utilities, information systems, and anti-terrorism/force protection measures. The estimated contract price range is between $25,000,000 and $100,000,000. Interested sources are requested to provide contractor information, type of business, bonding capacity, and experience in constructing waterfront ship berthing structures. Responses are due by September 17, 2018.
    P103 NOTU Engineering Test Facility at Cape Canaveral, FL
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast office, is soliciting proposals for the construction of the P103 NOTU Engineering Test Facility at Cape Canaveral, Florida. This project aims to modernize and consolidate the Trident II Life Extension 2 (D5LE2) system into a single engineering test facility, utilizing a Design-Bid Build (DDB) Fixed Price contract with an Award Fee structure. The procurement is classified under NAICS code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $45 million. Interested contractors can reach out to Sheila Borges at sheila.i.borges.civ@us.navy.mil or 904-542-6207, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further information.
    Y--Design-Bid-Build Contract P1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the construction of P-1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California. The project includes the construction of new airfield paving, a parking apron, wash rack, taxiway, and a helipad in support of VRM-30 CMV-22B aircraft squadron. The estimated price range for construction is between $25,000,000 and $100,000,000. The RFP will be available on the Navy Electronic Commerce Online (NECO) website by 15 March 2019. A pre-proposal conference including a site visit will be conducted.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    SOURCES SOUGHT FOR IDIQ JOC UNDER NAICS CODE 236220 FOR GENERAL CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE NAS LEMOORE, CA AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Southwest, is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on general construction projects at various government facilities within the Naval Air Station (NAS) Lemoore, California area. The procurement aims to identify contractors capable of performing new construction, repair, and renovation projects, with a total estimated contract value of $15 million over a maximum performance period of five years. Interested parties, particularly those certified as Small Businesses, SBA 8(a), HUBZone, Economically Disadvantaged Women Owned Small Businesses (EDWOSB), and Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their qualifications, bonding capacity, and relevant project experience by 2:00 p.m. on September 26, 2024, via email to Heather L. Race at heather.l.race.civ@us.navy.mil.