SOURCES SOUGHT
Y -- PLA Survey/Source Sought - B-21 ADAL Ops AMU1, Ellsworth Air Force Base (EAFB), South Dakota July 2025
- Notice Date
- 7/3/2025 2:27:25 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F25SM035
- Response Due
- 7/18/2025 12:00:00 PM
- Archive Date
- 08/02/2025
- Point of Contact
- Gloria Garside, Brittany Gull, Phone: 4029952144
- E-Mail Address
-
gloria.garside@usace.army.mil, brittany.c.gull@usace.army.mil
(gloria.garside@usace.army.mil, brittany.c.gull@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Sources Sought Notice Identification Number: W9128F25SM035 This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $50M. The responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions for this project. It is anticipated that this project will be subject to Project Labor Agreement (PLA) requirements in accordance with FAR 22.504, General requirements for project labor agreements. Any PLA reached pursuant to the PLA requirements in the solicitation does not change the terms of the contract or provide for any price adjustment by the Government. The U.S. Army Corps of Engineers, Omaha District is soliciting comments from the construction community addressing the required use of Project Labor Agreements (PLA), unless an exception applies, as per Executive Order 14063 effective 22 January 2024 for large scale construction projects (exceeding $35 million) within the Ellsworth Air Force Base (EAFB), South Dakota Area. Reference https://www.acquisition.gov/browse/index/far for recent changes to FAR 52.222-33 and 52.222-34. Responses are to be sent via email to Gloria.Garside@usace.army.mil and courtesy copy Brittany.c.gull@usace.army.mil no later than 2:00 p.m. CST, 18 July 2025. Questions or concerns surrounding small business matters can be sent to cenwo-sb@usace.army.mil. Please include the Sources Sought Notice Identification Number in the Subject line of any email submission. SUBJECT LINE of your response includes �""PLA Survey/Source Sought - B-21 ADAL Ops AMU1, Ellsworth Air Force Base (EAFB), South Dakota July 2025""�. Please provide your contact information in the body of the email. A PLA is defined as a pre-hire collective bargaining agreement between a Prime Contractor and one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). Federal Acquisition Regulation (FAR) 22.503 policy provides that: (a) Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use project labor agreements in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects. (b) When awarding a contract in connection with a large-scale construction project (see 22.502), agencies shall require use of project labor agreements for contractors and subcontractors engaged in construction on the project, unless an exception at 22.504(d) applies. (c) An agency may require the use of a project labor agreement on projects where the total cost to the Federal Government is less than that for a large-scale construction project, if appropriate. (1) An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will� (i) Advance the Federal Government's interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and (ii) Be consistent with law. (2) Agencies may consider the following factors in deciding whether the use of a project labor agreement is appropriate for a construction project where the total cost to the Federal Government is less than that for a large-scale construction project: (i) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades. (ii) There is a shortage of skilled labor in the region in which the construction project will be sited. (iii) Completion of the project will require an extended period of time. (iv) Project labor agreements have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project. (v) A project labor agreement will promote the agency's long term program interests, such as facilitating the training of a skilled workforce to meet the agency's future construction needs. (vi) Any other factors that the agency decides are appropriate. Request responses to the following questions: (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 reference 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 at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. (4) Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. (5) Identify specific reasons why you do not believe a PLA would advance the Federal Governments 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) How would the use of a PLA impact project costs and schedule? (9) How would the use of a PLA impact small business participation as subcontractors? (10) How would a PLA on this project impact small business prime and subcontractors who are non-signatory to a PLA concurrently working a separate contract in the vicinity? The information gathered in this survey should include the following information on projects completed in the last 2� 5 years: 1. Project Name and Location 2. Detailed Project Description 3. Initial Cost Estimate vs. Actual Final Cost 4. Was the project completed on time? 5. Number of craft trades present on the project 6. Was a PLA used? 7. Were there any challenges experienced during the project? Magnitude of Construction: Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $25M and $100M. The magnitude of construction for this specific project is projected to be between $50M-$75M. This project is a Military Construction (MILCON) project. Project Location and Description: This upcoming solicitation will be executed using a design-bid-build (DBB) project delivery method, which will require the contractor to provide the Government with a complete facility and warranty based on the Request for Proposal (RFP). B-21: ADAL Ops/AMU 1, Ellsworth Air Force Base (EAFB), South Dakota (SD). Renovate existing building 7274 and construct an addition to building 7274 to support the transition of the facility from a B-1 Squadron Operations/ Aircraft Maintenance Unit facility to a B-21 Squadron Operations/ Aircraft Maintenance Unit facility. Construction includes reinforced concrete foundations and concrete floor slab, structural steel frame with split faced concrete masonry unit facade and a standing seam metal roof to match the current facilities. Project includes communication and fire protection requirements, heating, ventilation, and air conditioning systems, and all other necessary support for a complete a usable facility. The existing road and parking lot on the proposed site will be removed and replaced as needed to provide space for proper siting of the building and new parking. This project also includes all utilities, site improvements, pavements, detection/protection features, security enhancements, and other supporting work necessary to make a complete and usable facility. The project may include bid options for furniture, furnishing and equipment (FF&E), user-funded equipment, intrusion detection systems (IDS), access control systems (ACS), temporary Government field office facilities, and closed-circuit television (CCTV) systems. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility must be compatible with applicable DoD, Air Force, aircraft, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special construction and functional requirements include demolition of existing facilities and infrastructure � to include hazardous materials and soils may be required. The facility contains multiple secure spaces to be designed and constructed. Special oversight of this project may also be required. Special construction and functional requirements: The project will be constructed near flightline facilities at EAFB. As such, the project may be constructed adjacent to � and may be required to integrate with � active airfield operations. Demolition of existing facilities, utilities, and infrastructure � to include hazardous materials soils may be required. The facility contains secure spaces to be designed and constructed to ICD/ICS 705 and other related criteria. Special oversight of construction of these portions of the project may be required Project Period of Performance: 800 Calendar Days from construction notice to proceed (NTP). Submission Details: All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature for each facility as described above. Narratives shall be no longer than 12 pages. E-mail responses are required. Please include the following information in your response/narrative: � Company name, address, and point of contact, with (h)is/her phone number and email address � CAGE Code and DUNS Number � Statement certifying business size such as WOSB,SDVOSB, etc. to include any official teaming arrangements as a partnership or joint venture � Details of similar projects within the last 10 years and state whether you were the Prime or Subcontractor � Start and end dates of construction work � Project references (including owner with phone number and email address) � Project cost, term, and complexity of job � Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES Details on similar projects with scope and complexity should identify experience with the following within the past 10 years. Construction of facilities to the ICD/ICS 705 standard. Construction of facilities on a DoD Military Installation. Abatement and/or remediation of asbestos, lead based paint, and/or other hazardous materials commonly found in World War II era buildings that have been in active operations since that time. Secure facilities constructed to AFI 16-1404 requirements. Secure facilities constructed to requirements similar to the oversight and construction requirements defined in the ICD/ICS 705 standard. Facilities constructed with radio frequency (RF) shielding boundaries. Secure construction under continual owner surveillance � similar to requirements often applied to facilities constructed to the ICD/ICS 705 standard. Construction of secure military operations and/or planning facilities � or similar. Construction of military maintenance support facilities � or similar. Construction of secure military administrative facilities � or similar. Construction of military facilities with complex information technology requirements to include sever rooms, multiple communications networks at differing classification levels, and/or simulators. Responses will be shared with Government personnel and the project management team on a need-to-know basis, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM COMPANIES WHO HAVE THE ABILITY TO BE PRIME CONTRACTORS WITH BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $50M. ESTIMATED CONSTRUCTION CONTRACT AWARD WILL BE FIRST QUARTER OF FISCAL YEAR 2026. Telephone inquiries will NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a0fac4d45b7f44c188993463f61d7a57/view)
- Place of Performance
- Address: Ellsworth AFB, SD, USA
- Country: USA
- Country: USA
- Record
- SN07499228-F 20250705/250703230042 (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 |