SPECIAL NOTICE (PLA): DLA General Purpose Warehouse, NAS Corpus Chrisi TX
ID: N6945025RDC07Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVY

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER WAREHOUSE BUILDINGS (Y1GZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLA) for a construction project at NAS Corpus Christi, Texas. The project involves the construction of a one-story General Purpose Warehouse (GPW) for the Defense Logistics Agency (DLA), which will include a non-combustible structural system, a fire pump building, and various operational features to meet safety and efficiency standards. This initiative is significant as it aligns with the upcoming requirement for PLAs on large-scale federal construction projects, which will be mandated starting January 22, 2024. Interested parties are encouraged to submit their responses to the attached questionnaire via email to Sheila Borges and Lindsay Betteridge by 2:00 PM ET on February 18, 2025, as the government seeks to assess the implications of implementing a PLA for this project, with a projected contract value between $25 million and $100 million and a performance period of approximately 718 calendar days.

    Point(s) of Contact
    Files
    Title
    Posted
    The Project Labor Agreement (PLA) Request for Information (RFI) is centered on a construction project in Florida, seeking insights from various stakeholders such as government entities, unions, and contractors about their participation and perspectives on a PLA. Key inquiries include the representation of respondents, the specialization of construction work, and knowledge of local union and non-union labor availability. The document also probes interest in participating in the project, the impact of a PLA on that interest, and awareness of previous PLA applications in similar projects. Furthermore, it asks for comparisons of union wage rates to prevailing wage rates, along with potential cost implications tied to the PLA requirement. This RFI serves as a foundational tool for assessing community involvement and labor dynamics, ensuring alignment with regulatory standards like the Davis-Bacon Act, while fostering an understanding of how a PLA may influence project execution in Florida's construction landscape.
    Lifecycle
    Similar Opportunities
    B783 (P620) ENGINE TEST CELL FACILITY, NAVAL AIR STATION(NAS), JACKSONVILLE, FLORIDA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for the construction of the B783 (P620) Engine Test Cell Facility at Naval Air Station Jacksonville, Florida. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and it will require the implementation of a Project Labor Agreement (PLA) to ensure effective labor management and compliance with wage regulations. The PLA Questionnaire has been issued to gauge contractor interest and assess the availability of specialized labor, as well as to understand local labor market dynamics, including union and non-union labor forces. Interested contractors can reach out to Cynthia McMonigle at cynthia.a.mcmonigle.civ@us.navy.mil or by phone at 904-542-6606 for further details.
    Supply Support Activity (SSA) Warehouse, JBLM
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is preparing to solicit proposals for the construction of a Supply Storage Activity Warehouse at Joint Base Lewis-McChord (JBLM) in Washington. This design-build project involves constructing a one-story, 21,500 square foot warehouse, along with associated facilities such as canopies, paved drives, parking areas, and office space for government use. The estimated construction cost ranges between $25 million and $100 million, with the Request for Proposal (RFP) expected to be posted on or about January 13, 2025, and responses due by February 12, 2025. Interested contractors must have an active registration in the System for Award Management (SAM) and can direct inquiries to Linda O’Brien at linda.s.obrien@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil.
    Building 245 PLA Sources Sought
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is conducting market research for a potential Project Labor Agreement (PLA) related to the modernization of Building 245 at its Gaithersburg, Maryland campus. This initiative, estimated at approximately $180 million, involves extensive renovations, including the construction of additional wings and the modernization of existing laboratory spaces, while ensuring that the site remains operational throughout the construction process. The government is seeking input from the construction community regarding the implications of implementing a PLA, including insights on previous PLA projects, labor supply issues, and any specialized construction challenges. Interested parties can direct their responses and inquiries to Gary L. Kaufman at gary.kaufman@nist.gov or Michael J. Wigfall at michael.wigfall@nist.gov, with the understanding that this notice is for planning purposes only and does not solicit proposals or imply contract awards.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction project, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The procurement process emphasizes a competitive evaluation based on price and past performance, with proposals due electronically by February 25, 2025, following a pre-proposal conference scheduled for January 29, 2025. Interested contractors should direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.
    P1360 JOINT MARITIME FACILITY, NEWFOUNDLAND, CANADA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is seeking information from potential contractors for the construction of a Joint Maritime Facility in Argentia, Newfoundland, Canada. This Request for Information (RFI) aims to identify industry sources capable of addressing various construction challenges, including base access, local healthcare availability, supply chain logistics, and harsh weather conditions, with an anticipated construction cost estimated between $25 million and $100 million. The insights gathered will inform future contracting opportunities, as the government emphasizes that this RFI is for market research purposes only and does not constitute a commitment to award a contract. Interested parties must submit their responses, not exceeding five pages, by February 18, 2025, to the designated contacts, Elizabeth Roberts and Kathleen Delashmitt, whose emails are provided in the opportunity overview.
    FY25 CTPM Dredging with BU Placement
    Buyer not available
    The U.S. Army Corps of Engineers, Galveston District, is seeking industry feedback through a Sources Sought Synopsis for the FY25 maintenance dredging project at the Channel to Port Mansfield, Texas. This project involves the maintenance dredging of approximately 1.92 million cubic yards of material, along with the construction of a rip-rap breakwater, while adhering to strict environmental considerations to protect local wildlife. The estimated contract value exceeds $10 million, with a completion timeline of 240 days, and is targeted at small businesses, including various designated groups, to foster a competitive bidding environment. Interested firms must submit their capabilities and experience information by February 21, 2025, and are encouraged to contact Sarah Eisele or Traci Robicheaux for further inquiries.
    DESIGN-BUILD NSWCPD PACKAGE 2 ? B77-87 COMPLEX EMERGENCY EXIT AND EGRESS PATHWAY REPAIRS, B77-87 COMPLEX EMERGENCY LIGHTING AND EXIT SIGNAGE, B87 FA MNS UPGRADE, B77-87 COMPLEX SPRINKLER SYSTEM REPAIRS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Design-Build NSWCPD Package 2, which includes critical repairs and upgrades at the Philadelphia Naval Yard Annex. The project encompasses emergency exit and egress pathway repairs, enhancements to emergency lighting and signage, upgrades to the fire alarm and mass notification systems, and repairs to the sprinkler system. This initiative is vital for maintaining safety and compliance within military facilities, ensuring that infrastructure meets current operational standards. Proposals are due by March 10, 2025, with a site visit scheduled for February 20, 2025, and the contract completion expected within 400 calendar days post-award. Interested contractors can reach out to Brittany Cristelli at brittany.cristelli@navy.mil or by phone at 757-341-1978 for further information.
    P103 NOTU Engineering Test Facility at Cape Canaveral, FL
    Buyer not available
    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 involves the construction of a facility dedicated to testing and measurement, which is crucial for supporting various defense operations and technological advancements. The selected contractor will be responsible for delivering a facility that meets specific construction standards outlined in the solicitation. Interested parties can reach out to Sheila Borges at sheila.i.borges.civ@us.navy.mil or 904-542-6606, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the procurement process.
    Range 88 Dip Tank, Fort Bliss, Texas
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Fort Worth District, is seeking qualified contractors for the construction of a new dip tank at Fort Bliss, Texas. This project aims to replicate the capacity of an existing dip tank and must comply with state and national codes across various disciplines, with an estimated cost between $1 million and $5 million and a duration of approximately 420 days. The opportunity is particularly focused on engaging small businesses, including those in the 8(a), HUBZone, SDVOSB, and WOSB categories, to gather information for the acquisition strategy ahead of the anticipated solicitation release in June 2025. Interested firms must submit their qualifications by March 3, 2025, and are encouraged to monitor the System for Award Management (SAM) for updates; for further inquiries, they may contact Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    NAS Pensacola, FL Government-Owned, Contractor-Operated (GOCO) Fuel Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Government-Owned, Contractor-Operated (GOCO) fuel services at Naval Air Station (NAS) Pensacola, Florida. The contractor will be responsible for managing, maintaining, and operating fuel storage facilities, ensuring safe handling, quality control, and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is critical for supporting military operations and ensuring the availability of fuel services 24/7. The contract is set to commence on December 1, 2025, and run through November 30, 2029, with an option for a five-year extension. Interested parties must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with inquiries directed to Micherie Dougherty at micherie.dougherty@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.