Y--RFI - PLA Feasibility for COTP Design-Build
ID: 89503326RWA000049Type: Special Notice
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFWESTERN-SIERRA NEVADA REGIONFOLSOM, CA, 95630, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)
Timeline
    Description

    The Department of Energy is seeking information regarding the feasibility of a Project Labor Agreement (PLA) for the California Oregon Transmission Project (COTP) Series Capacitor Replacement Design-Build Project. This Request for Information (RFI) aims to gather insights on the potential implementation of a PLA, which is crucial for ensuring efficient labor management and project execution in large-scale construction projects. The project falls under the NAICS code 237130, focusing on the construction of power and communication line structures, highlighting its significance in enhancing energy infrastructure. Interested parties can reach out to Jonathan Dittmer at dittmer@wapa.gov or call 605-353-2641 for further details.

    Point(s) of Contact
    Dittmer, Jonathan D.
    (605) 353-2641
    dittmer@wapa.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Buyer not available
    The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the large-scale construction project titled "Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580" in Oahu, Hawaii. This design-bid-build project involves drilling four wells approximately 800 feet deep and 24 inches in diameter, with the goal of managing peak water demand at Schofield Barracks during the summer months. The project is significant, exceeding $35 million, and is subject to new regulations mandating the use of PLAs for federal construction projects of this scale starting January 22, 2024. Interested parties are invited to submit their comments and responses to specific questions regarding the use of PLAs by January 5, 2026, at 2:00 p.m. Hawaii Standard Time, via email to Christie Lee and Jennifer Ko, with the notice identification number W9128A-26-Z-0003 included in the subject line.
    PLA Market Survey - Fort Hunter Liggett, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is conducting a Project Labor Agreement (PLA) Market Survey for a significant construction project at Fort Hunter Liggett, California. The project involves modernizing the potable water transmission and storage infrastructure, which includes installing a new 5.25-mile transmission line, constructing two new storage tanks, building an access road, and upgrading existing well facilities, with an estimated cost exceeding $35 million. The survey aims to gather insights from the construction community regarding the potential use of PLAs to enhance efficiency and labor stability for this large-scale project. Interested parties are encouraged to submit their comments and feedback via email to Adam M. Brooks by 2:00 PM Eastern Standard Time on December 16, 2025.
    Sources Sought for Project Labor Agreements (PLAs): 9 Mile Pump Station
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the potential use of Project Labor Agreements (PLAs) for the 9 Mile Pump Station project in St. Clair Shores, Michigan. The objective is to gather comments from the construction community regarding the feasibility of PLAs and to assess the local labor market's recent construction history, as the project involves constructing a high-capacity stormwater pump station with an estimated cost between $25 million and $50 million. PLAs are significant for large-scale federal construction projects, as they establish employment terms and conditions, promoting efficiency in procurement. Interested parties should direct their comments and inquiries to Michelle Barr or Lisa May via email, with the anticipated solicitation expected in summer 2026 and a project duration of over 18 months.
    PLA Survey -Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming construction of Hydrant Area C Refueling Facilities at Fairchild Air Force Base in Spokane, Washington. This project involves the construction of a new hydrant loop, including hydrant pits, fuel piping, and a pumphouse, along with necessary environmental mitigation measures for contaminated soil and groundwater. The anticipated period of performance is approximately 1035 calendar days, with a construction award targeted for fiscal year 2027, and the estimated cost of construction ranges between $25 million and $100 million. Interested parties are encouraged to provide comments regarding the use of a PLA and can contact Linda O'Brien at linda.s.obrien@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further information.
    LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory operated by Stanford University, is soliciting proposals for the LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation project. This procurement involves the installation of conduit and waveguide bundles as part of a significant upgrade to the Linac Coherent Light Source II, aimed at enhancing the electron beam energy. The project is critical for advancing research capabilities in particle physics and related fields, with work scheduled to occur during a long downtime period in early 2026. Proposals must be submitted by December 4, 2025, at 5:00 PM Pacific Time, and interested parties should direct inquiries to Perry Rostrata at rostrata@slac.stanford.edu.
    Sources Sought PLA Fire Island Inlet to Montauk Point (FIMP) 7a
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a market survey for the Fire Island Inlet to Montauk Point (FIMP) Contract 7a, which focuses on nonstructural elevation measures in Suffolk County, New York. This project aims to elevate, acquire, and floodproof over 4,000 structures within the 10-year floodplain in the Towns of Babylon and Brookhaven, involving tasks such as utility disconnection, excavation, and reconnection. The government is particularly interested in gathering public comments on the use of Project Labor Agreements (PLAs) to assess their potential impact on various factors including economy, efficiency, and small-business utilization, as part of its acquisition strategy. Interested parties can reach out to Michael McCue at michael.l.mccue@usace.army.mil for further information regarding this opportunity.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages and include relevant contact information.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC), Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. This large-scale construction project is estimated to have a magnitude between $100 million and $250 million and will involve the design-bid-build delivery method, requiring contractors to provide a complete facility that meets specific Department of Defense standards. The project includes the construction of two buildings, extensive utility work, and compliance with cybersecurity requirements, emphasizing the importance of labor-management stability and efficiency in federal procurement. Interested parties must submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages.
    Enhanced Frequency Response for Run-of-River Hydropower Plants
    Buyer not available
    The Department of Energy is seeking collaboration with industry partners to license an innovative control policy aimed at enhancing frequency response for run-of-river hydropower plants (RoR HPPs). The objective is to integrate energy storage systems to improve the stability and operational efficiency of these plants, enabling them to provide grid support and facilitate the formation of microgrids. This technology is particularly significant as it addresses the need for improved grid management and resilience, especially for the thousands of RoR HPPs across the U.S. Interested companies can reach out to the Technology Deployment department at Idaho National Laboratory via email at td@inl.gov for further engagement regarding licensing opportunities.
    WAPA DSW/SNR Facilities Construction MATOC
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) is seeking information from small businesses regarding their capabilities to provide construction services under a Facilities Construction Multiple Award Task Order Contract (MATOC) for the Desert Southwest and Sierra Nevada Regions. The objective of this procurement is to gather market research data to inform WAPA's acquisition strategy for general facilities construction, renovation, repair, alteration, demolition, and remediation services across various locations in Arizona, California, and Nevada. The anticipated scope of work includes a wide range of construction trades and services, with a total estimated project value of $9 million over a five-year period. Interested small business contractors are encouraged to submit their capability statements to Jermaine Villareal at villareal@wapa.gov by the specified deadline, ensuring to include relevant company information and past project experience.