- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
PRIMARY RUNWAY AND PAVEMENT REPAIRS LOCATED AT JOINT RESERVE BASE NEW ORLEANS, LOUISIANA.
Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: LA. Response deadline: Mar 24, 2026. Industry: NAICS 237310 • PSC Z2BD.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 23 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237310
Description
Project Labor Agreement (PLA) Request for Information (RFI) for Construction Project for Primary Runway and Pavement Repairs in the State of Louisiana
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 System Command (NAVFAC) Southeast is soliciting comments from the public addressing the potential use of Project Labor Agreements (PLA) for the following construction project. The construction project is for the Primary Runway and Pavement Repairs located at Joint Reserve Base (JRB) New Orleans, Louisiana. Construction may include, but is not limited to, full-depth reconstruct pavement sections within the Runway 22 threshold, Runway 0422, Taxiway Alpha, Taxiway Bravo, and Taxiway Foxtrot. Asphalt pavement mill and overlay and asphalt section full-depth construction is required to accommodate the new concrete pavement. additionally, the entire length of runway 0422 is required to be re-striped, following rubber and paint removal, located in the State of Louisiana. Project will be design-bid-build. NAICS Code: 237310. The magnitude of construction is anticipated to be $25M – $100M. General period of performance is anticipated to be approximately 1,110 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 at cynthia.a.mcmonigle.civ@us.navy.mil no later than 2:00 PM Eastern time on 3/24/2026.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.