SPECIAL NOTICE
99 -- B783 (P620) ENGINE TEST CELL FACILITY, NAVAL AIR STATION(NAS), JACKSONVILLE, FLORIDA
- Notice Date
- 2/7/2025 9:09:21 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Response Due
- 2/21/2025 11:00:00 AM
- Archive Date
- 03/08/2025
- Point of Contact
- Cynthia McMonigle, Phone: 9045426606, Lindsay Betteridge
- E-Mail Address
-
cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil
(cynthia.a.mcmonigle.civ@us.navy.mil, lindsay.e.betteridge.civ@us.navy.mil)
- Description
- This is a request for information/market survey. This is not a request for proposal, request for quote, or an invitation for bid. There will be no solicitation, specification, or drawings available at this time. Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) is soliciting comments from the public addressing the potential use of Project Labor Agreements (PLA) for construction projects (including new work, additions, alterations, and repairs). B783 (P620) Engine Test Cell Facility at Naval Air Station Jacksonville, FL. This project is a reconstruction of an existing two bay Engine Test Cell Facility at NAS Jacksonville. The existing facility, B873, will be upgraded and expanded to accommodate testing of the Joint Strike Fighter (JSF) engine and legacy jet engines. Reconstruction will include aircraft jet engine propulsion facility renovation of approximately 25,000SF of the existing facility, expansion approximately 16,000SF and construction of two new augmenters totaling approximately 6,000SF. Work will include but is not limited to, traditional construction elements such as concrete, structural steel, roofing, etc. and demolition of exterior envelope and interior construction. Additionally work will include specialized acoustical attenuation, multiple crane hoists on new customized rail system to include switches, procurement of equipment such as a thrustbed and specialized test cell support equipment, Data Acquisition and Control System (DACS) and Facility Control and Monitoring System (FCMS), installation network infrastructure, fuel farm expansion, Furniture, Fixture and Equipment (FF&E), Electronic Security Systems (ESS) infrastructure and construction support during engine correlation. Coordination with engine manufacturers will be required. The project will be design-bid-build, North American Industry Classification System (NAICS) Code is 236220 � Commercial and Institutional Building Construction with the annual size standard of $45 million. Project Magnitude is more than $100,000,000. The general period of performance is anticipated to be approximately 871 calendar days. A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement as described in 29 U.S.C. 158 (f). Federal Acquisition Regulation (FAR) policy states: Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use PLAs in large-scale construction projects (defined as a construction projects with a total estimated cost at or above $35M) to promote economy and efficiency in the administration and completion of Federal construction projects. When awarding a contract in connection with a large-scale construction project, agencies shall require use of a PLA for contractors and subcontractors engaged in construction on the project, unless an exception(s) at FAR 22.504(d) applies. Reference is made to: FAR Subpart 22.5 Use of Project Labor Agreements for Federal Construction Projects; provision, FAR 52.222-33 Notice of Requirement for Project Labor Agreement; and to clause, FAR 52.222-34 Project Labor Agreement. In consideration of the above factors, and any others which may be deemed appropriate, the public is invited to provide responses on the use of a PLA for this construction project utilizing the attached questionnaire. This is not an announcement of the availability of a solicitation nor is it a means of generating a plan holder�s list. This survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended. Responses shall be submitted on the attached questionnaire via email to Cynthia McMonigle, cynthia.a.mcmonigle.civ@us.navy.mil and Lindsay Betteridge, lindsay.e.betteridge.civ@us.navy.mil. no later than February 21, 2025 by 2:00 pm Eastern Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a6c76589b9347ef82b843053f3fd099/view)
- Place of Performance
- Address: Jacksonville, FL, USA
- Country: USA
- Country: USA
- Record
- SN07336579-F 20250209/250207230028 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |