PLA FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING, FORT WAINWRIGHT, AK
ID: W911KB25R0006_PLAType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF TROOP HOUSING FACILITIES (Y1FC)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking input from the construction community regarding the potential use of a Project Labor Agreement (PLA) for the FTW501 Unaccompanied Enlisted Personnel Housing project at Fort Wainwright, Alaska. This project aims to design and construct a facility to accommodate 320 soldiers and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. The government is conducting market research to assess the feasibility and implications of implementing a PLA, which is mandated for large-scale federal construction projects exceeding $35 million, effective January 22, 2024. Interested parties are encouraged to submit their comments and insights to Tammy Davis at tammy.davis@usace.army.mil by October 7, 2024, as the information gathered will inform the decision on whether to pursue an exception to the PLA requirement.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    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.
    PLA Survey - Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Louisville District, is conducting a market survey regarding the potential use of a Project Labor Agreement (PLA) for the construction of a KC-46 Two-Bay Hangar at March Air Reserve Base in California. This project involves significant construction work, including the addition and alteration of existing facilities, ramp repairs, and the incorporation of various safety and sustainability measures, with an estimated construction cost ranging from $100 million to $250 million. The use of PLAs is being considered to address labor stability and efficiency in procurement, particularly given the anticipated need for multiple contractors and potential skilled labor shortages in the region. Interested parties are invited to submit their comments and insights regarding the PLA by emailing Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil and Christopher Brackett at Christopher.T.Brackett@usace.army.mil within ten calendar days from the posting date.
    Northwestern Division Crane MATOC
    Active
    Dept Of Defense
    The U.S. Army Engineer District Walla Walla, part of the Department of Defense, is conducting market research regarding the potential use of Project Labor Agreements (PLAs) for large-scale construction task orders under the Northwestern Division Crane Multiple Award Task Order Contract. This initiative aims to gather information on the feasibility and effectiveness of PLAs for projects exceeding $35 million, specifically focusing on the replacement of crane and hoist equipment at federal facilities across multiple states, including Kansas, Missouri, and Colorado. The scope of work may involve various types of cranes and hoists, along with incidental services such as hazardous material removal and load testing. Interested parties are encouraged to submit their responses by October 7, 2024, to the designated contacts, David Boone and Chandra D. Crow, via email or mail, as this notice does not constitute a commitment by the government nor will it incur any costs for the information provided.
    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.
    Wasilla Air National Guard Recruiting Office
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking proposals for a lease of approximately 344 square feet for the Air National Guard Recruiting Office in Wasilla, Alaska. The procurement requires bidders to provide a complete bid that meets specific criteria, including adherence to construction specifications, acceptance of the government lease terms without modifications, and competitive pricing for annual rent. This opportunity is crucial for establishing a functional recruiting environment that aligns with military standards and operational needs. Interested parties should direct inquiries to Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859, with proposals due by September 30, 2024.
    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.
    SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the construction of the SOF Consolidated Rigging Facility at Joint Base Lewis-McChord (JBLM) in Washington. This procurement falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1JZ for the construction of miscellaneous buildings. The project is significant for supporting Special Operations Forces and enhancing operational capabilities at the base. Currently, the solicitation process has been suspended as per Amendment R0005 to the RFP W912DW24R0024, with a new proposal due date to be announced in the future. Interested parties can reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Caroline Mueller at caroline.b.mueller@usace.army.mil for further information.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    WPAFB NAMRU-D Lab Support Building
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is seeking bids for the construction of a 12,300 square-foot pre-engineered metal building laboratory support facility at Wright-Patterson Air Force Base (WPAFB), Ohio. This Design-Bid-Build project aims to provide essential laboratory support infrastructure, adhering to rigorous safety and quality standards across multiple engineering disciplines, including civil, structural, and mechanical systems. The contract, estimated to range between $5 million and $10 million, is a Firm-Fixed-Price (FFP) procurement with a performance period of 595 calendar days from the Notice to Proceed. Interested contractors must submit their sealed bids electronically by October 8, 2024, and are encouraged to contact Contract Specialist Ranzel L. Merideth at Ranzel.L.Merideth@usace.army.mil for further information.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for junior enlisted personnel and junior noncommissioned officers, accommodating 146 individuals with various amenities including living areas, fitness rooms, and common spaces, all designed to meet Net Zero greenhouse gas emissions standards. The contract, valued between $50 million and $100 million, will be awarded using a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due following the latest amendments. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details.