N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
ID: N40085-25-R-0148Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering System Command (NAVFAC) Mid-Atlantic, is seeking public input regarding the potential use of a Project Labor Agreement (PLA) for the construction of the P475 F-35 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This large-scale construction project, estimated to cost between $100 million and $250 million, involves the development of a multi-story hangar that will support F-35B Joint Strike Fighter operations, including specialized facilities for secure handling of classified materials and a 400-space parking facility. The feedback gathered through this request for information will inform the decision on whether to implement a PLA, which is intended to promote efficiency in federal construction projects. Interested parties are encouraged to submit their responses to the attached questionnaire via email to Brittany Cristelli and Amber Stovall by 2:00 P.M. EST on November 12, 2025.

    Files
    Title
    Posted
    The "ATTACHMENT 1 - PROJECT LABOR AGREEMENT (PLA) QUESTIONNAIRE" is designed to gather information from various stakeholders regarding the potential impact and feasibility of requiring a Project Labor Agreement (PLA) for a government construction project. The questionnaire targets government entities, unions, contractors (union and non-union), and small businesses. It seeks detailed responses on the availability of specialized construction, the local labor market (union vs. non-union), interest in project participation, and willingness to submit proposals if a PLA is mandated. Additionally, it asks about prior PLA usage in similar projects, the comparison of union wage rates to prevailing wage rates, and potential cost increases associated with PLA requirements. The document aims to inform the decision-making process for implementing a PLA by collecting comprehensive feedback on its practical implications.
    Naval Facilities Engineering System Command (NAVFAC) Mid-Atlantic is requesting information from the public regarding the potential use of a Project Labor Agreement (PLA) for the P475 F35 Aircraft Maintenance Hangar construction project at Marine Corps Air Station Beaufort, South Carolina. This RFI is not a request for proposal and aims to gather comments on the applicability of PLAs for this large-scale federal construction project, estimated between $100 million and $250 million with a 925-day performance period. The project involves constructing a multi-story F-35B Joint Strike Fighter training squadron and legacy compliant aircraft maintenance hangar, an operational support facility, shop annex, aircraft parking apron, cybersecurity features, and a 400-space parking facility. Responses to the attached questionnaire must be submitted via email by November 12, 2025, 2:00 P.M. EST.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PLA Survey for DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Buyer not available
    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 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.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    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.
    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.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    PLA Market Survey - Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is conducting a market survey regarding the potential use of Project Labor Agreements (PLAs) for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project, estimated to cost $35 million or more, involves extensive repairs to a 31,658 square foot facility, including upgrades to HVAC systems, electrical distribution, fire safety systems, and structural enhancements to extend the facility's lifespan by 25 years. The Corps is particularly interested in feedback from the construction community on the use of PLAs, including insights on local labor availability, scheduling concerns, and potential cost impacts associated with PLA requirements. Interested parties should submit their comments via email to Adam Brooks at adam.m.brooks@usace.army.mil by 2:00 PM Eastern Standard Time on December 16, 2025.
    Repair Fuel System B4505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. This project involves the repair of three fuel storage tanks, associated piping, equipment, and the concrete pad, with strict adherence to government regulations and procedures. The estimated cost for this project ranges between $500,000 and $1,000,000, and work must be completed within 180 calendar days, with proposals due by January 12, 2026, at 2:00 PM EST. Interested contractors must be among the specified General MACC holders and are required to attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    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.