Mid Chesapeake Bay James Island Restoration Phase I - Project Labor Agreement Market Survey
ID: W912DR25H13SYType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST BALTIMOREBALTIMORE, MD, 21201-2526, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF DREDGING FACILITIES (Y1KF)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers - Baltimore District, is conducting a market survey regarding the potential use of Project Labor Agreements (PLA) for the Mid Chesapeake Bay James Island Restoration Phase I project in Dorchester County, Maryland. This project involves the construction of dikes and the excavation and stockpiling of sand materials, and the survey aims to gather insights from interested vendors about their experiences with PLAs, including their effects on competition, labor availability, and project costs. Responses to the survey will inform the decision on whether to implement a PLA for this construction project, with feedback due by July 18, 2025. Interested parties can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers - Baltimore District is conducting market research regarding the use of Project Labor Agreements (PLA) for the James Island Restoration Phase 1 project in Dorchester County, Maryland. The project encompasses the construction of dikes and the excavation and stockpiling of sand materials. Interested vendors are invited to provide feedback on their experiences and insights related to PLAs, including the impact on competition, skilled labor availability, and project costs. Specific questions focus on prior local projects using PLAs, labor shortages, scheduling issues, and how these agreements may either hinder or promote efficiency in federal procurement. Responses, which will influence the decision on whether to implement a PLA for this construction project, must be submitted by July 18, 2025. The document emphasizes that this is not an RFP and clarifies the government's position on obligations and considerations for submissions.
    The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking expressions of interest from qualified contractors for the James Island Restoration – Phase 1 project in Dorchester County, Maryland. This sources sought notice aims to identify capable firms for construction work, which includes constructing dikes, dredging and stockpiling sand, installing a steel bulkhead, and building spillway structures. The project is significant, with construction costs estimated between $250 million and $500 million, and a duration of approximately 1,095 days. The notice highlights the emphasis on engaging small businesses, including those classified under various socioeconomic categories, such as HUBZone and Veteran-Owned Small Businesses. Contractors must demonstrate prior experience with similar-sized projects and submit comprehensive details regarding their company's qualifications, bonding capacity, and project management capabilities. This notice serves as a preliminary inquiry to gauge interest and capabilities ahead of a formal solicitation, with submissions due by March 21, 2025. Interested firms are directed to email their responses to Aisha Boykin at USACE, with a reminder that this is not a request for proposals or bids.
    The U.S. Army Corps of Engineers, Baltimore District, issues a Sources Sought Notice for the James Island Restoration Phase 1 project in Dorchester County, Maryland. This document solicits letters of interest from both small and large business construction contractors for potential restoration work, including the construction of dikes and dredging operations to facilitate ecosystem recovery. The project encompasses approximately 10,000 linear feet of dikes and the stockpiling of roughly 3 million cubic yards of sand, all located in a remote area accessible only by boat. The notice serves to gauge industry interest and capabilities, ensuring adequate competition among contractors, particularly from small businesses and various socio-economic categories. The project is classified under NAICS code 237990 and is projected to be valued between $100 million and $250 million, with an anticipated duration of 1095 days. Interested parties must provide specific information about their business, experience, and bonding capabilities in their response. The submission deadline is set for April 22, 2025, and this notice is strictly for market research purposes, not a solicitation for proposals or bids.
    Similar Opportunities
    Sources Sought for Project Labor Agreements (PLAs): 9 Mile Pump Station
    Dept Of Defense
    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 for DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming renovation project at Camp Pendleton, California, which includes significant repairs and upgrades to a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities. The project aims to enhance operational efficiency by installing new equipment, revamping infrastructure, and improving overall facility conditions, with an estimated construction cost between $25 million and $100 million and a targeted award date in late fiscal year 2026. This survey invites comments from the construction community regarding the potential use of PLAs, which are intended to promote efficiency and address labor shortages in large-scale federal projects. Interested parties must submit their responses by 2:00 PM Pacific on December 22, 2025, to the primary contact, Ms. Briana Armstrong, at briana.l.armstrong@usace.army.mil, referencing “W912DW26R1AZ1PLA” in the subject line.
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    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.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    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
    Dept Of Defense
    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.
    PLA Survey -Hydrant Area C Refueling Facilities, Fairchild Air Force Base (FAFB), Spokane, Washington (WA)
    Dept Of Defense
    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.
    Chesapeake City Bridge Painting and Miscellaneous Repairs
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for the Chesapeake City Bridge Painting and Miscellaneous Repairs project in Maryland. The project involves repainting and performing various steel and concrete repairs on the Chesapeake City Bridge, with an estimated contract value between $5 million and $10 million. This work is critical for maintaining the structural integrity and safety of the bridge, which includes surface preparation, painting, and traffic control measures. Interested contractors must respond to the Request for Information by 2:00 PM Eastern Time on December 19, 2025, and can direct inquiries to Matthew Rhoads or Domenic Sestito via the provided email addresses.
    Chesapeake City Bridge Painting and Miscellaneous Repairs
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for the Chesapeake City Bridge Painting and Miscellaneous Repairs project in Maryland. The project involves repainting and performing various steel and concrete repairs on the Chesapeake City Bridge, with an estimated contract value between $5 million and $10 million. This work is crucial for maintaining the structural integrity and safety of the bridge, which includes surface preparation, painting, and traffic control measures. Interested contractors must respond to the Request for Information by 2:00 PM Eastern Time on December 19, 2025, and can direct inquiries to Matthew Rhoads or Domenic Sestito via email.
    Little River Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for the Maintenance Dredging of the Little River Navigation Project in Kent County, Delaware. The project involves the dredging of approximately 80,000 cubic yards of sediment within the federal navigation channel, with the dredged material to be used for marsh restoration at the Little Creek Wildlife Area. This maintenance dredging is crucial for ensuring navigational safety and environmental restoration, with an estimated contract value between $1 million and $5 million and a performance period of 240 calendar days. Interested parties must submit their responses to the Request for Information by 1:00 PM Eastern Time on December 19, 2025, to Molly Gallagher and Connor Struckmeyer via the provided email addresses.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project involves dredging the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This maintenance is crucial for ensuring safe navigation in an area known for its significant hazards, including shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work anticipated to begin in summer 2026. For further details, including submission instructions, bidders can contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.