SPECIAL NOTICE
Y -- F-35 Special Access Program Facility (SAPF), Ebbing ANGB, Fort Smith, Arkansas
- Notice Date
- 7/3/2025 8:37:04 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G26RA001
- Response Due
- 7/17/2025 12:00:00 PM
- Archive Date
- 08/01/2025
- Point of Contact
- Ngoh Terence, Phone: 8178861025, Nicholas Johnston, Phone: 8178861006
- E-Mail Address
-
terence.k.ngoh@usace.army.mil, nicholas.i.johnston@usace.army.mil
(terence.k.ngoh@usace.army.mil, nicholas.i.johnston@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- PROJECT LABOR AGREEMENTS (PLAs) SPECIAL NOTICE Title: W9126G26RA001, F-35 Special Access Program Facility (SAPF), Ebbing ANGB, Fort Smith, Arkansas The Corps of Engineers Fort Worth District is soliciting comments from the construction community addressing the potential use of Project Labor Agreements (PLAs) from large scale construction projects (exceeding $35 million). This market survey is being posted for the construction of the F-35 Special Access Program Facility (SAPF), Ebbing ANGB, Fort Smith, Arkansas. THIS IS A PROJECT LABOR AGREEMENT SURVEY ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Background / Scope Summary: This project will Construct an F-35 Special Access Program Facility providing controlled workspace for ICD 705 compliant secure flight planning and training, unclassified aircrew training and administrative space, aircrew flight equipment storage and maintenance, and step desk to support combat crew functions. The facility is segregated to support up to three foreign countries using separate secure systems. The facility includes concrete floor slabs and footings on pile foundation, structural steel frame, brick masonry finish walls, concrete decking, and a combination pitched standing seam metal and flat roof. The facility has lightning protection, fire detection and suppression, intrusion detection, and all required supporting facilities to provide a complete and usable facility including utilities, pavements, site improvements, and communication support. Privatized utility connection fees are included in their respective supporting facilities line item. Facility will be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01. Air Conditioning: 195 Tons. Project Labor Agreement: See the below for the Project Labor Agreement submittal requirements. Please provide your comments via e-mail to the Contract Specialist, MAJ Ngoh Terence at terence.k.ngoh@usace.army.mil and courtesy copy the Contracting Officer, Nicholas Johnston at nicholas.i.johnston@usace.army.mil no later than 2:00 p.m., 17 July 2025. All, Please respond to the questions below by 1400 CST on 17 July 2025. 1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. 2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. 3. Are you aware of time sensitive issues/scheduling requirements that would affect the rate and price at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4) Identify specific reasons for the referenced project why or how you believe a PLA would Advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 5) Identify specific reasons for the referenced project why or how you believe a PLA would not advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. 7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. 8) Would the addition of PLA requirements for the the Ebbing SAPF change your decision to submit a proposal if adequate time were given to prepare revised proposals? 9) How much time do you anticipate will be needed to revise your proposal to meet the PLA requirement? 10) Do you anticipate a significant price increase with implementation of the PLA requirement?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/36bd51cac9e04728ae76ebad50d787d3/view)
- Place of Performance
- Address: Fort Smith, AR 72902, USA
- Zip Code: 72902
- Country: USA
- Zip Code: 72902
- Record
- SN07498502-F 20250705/250703230037 (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 |