Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

R -- Combined Synopsis/Solicitation, Request for Quotations (RFQ) Number 04SQ108230, for commercial items (appraisal services).

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
04SQ108230
 
Response Due
9/19/2004
 
Archive Date
8/12/2005
 
Point of Contact
Terry K. Ford, Jr. Contracting Officer 2083785399 tford@pn.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation, Request for Quotations (RFQ) Number 04SQ108230, for commercial items (appraisal services), prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice (the text of FAR paragraphs referenced herein may be found at www.arnet.gov/far) . This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. The provisions at FAR 52.212-1, "Instructions to Offerors-Commercial," apply to this acquisition. This is a 100% small business set-aside. The NAICS code is 541990 and the size standard is $6 million average annual receipts for the past 3 years. Due to the creation of the Appraisal Services Directorate (ASD) within the Department of the Interior (DOT), and the expiration of numerous existing separate DOT agency appraisal contracts within the next year, new contractual arrangements are needed. The Pacific Northwest Region of the Bureau of Reclamation has been asked to initiate multiple Blanket Purchase Agreements (BPAs) with qualified appraisers throughout the Pacific Northwest for use by the ASD in supporting various appraisal needs of DOI agencies (Fish and Wildlife Service, Bureau of Land Management, National Park Service, and Bureau of Reclamation) located in the states of Oregon, Washington, Alaska, and Idaho over the next 5 years. Start date for the BPAs is proposed to be October 1, 2004, and the term of the BPAs will be 5 years. We envision entering into as many as several dozen BPAs. All interested appraisers are invited to submit proposals for consideration and award of a Blanket Purchase Agreement (BPA). A BPA is a method of filling anticipated repetitive needs. It is not a contract. The Government is not obligated to place any orders nor are appraisers obligated to accept any orders. For each appraisal assignment, a statement of work (SOW) will be provided and the Government will request a price proposal from one or more of the appraisers that have been awarded BPAs. (Appraisers can view and download a copy of the form which will be used to submit the price proposal at www.usbr.gov/pn/contracts/forms/index.html. Click on "Appraisal Price Proposal Form.") Individual task order proposals shall be submitted in accordance with the terms agreed to on the BPAs. Government personnel authorized to place task orders under the BPAs will be identified on the BPAs by name and telephone number. The appraiser will be expected to furnish the service in accordance with the terms and conditions of BPAs, without the need for additional paperwork beyond the SOW that accompanies the request for a price proposal. The appraisals are to be used for a variety of purposes: fee and easement acquisition, land exchanges, public sales, leases, licenses, permits, and other types of real estate management cases. The majority of lands to be appraised will be rural in character, typically: timberland, recreation, grazing, agriculture, transitional, and rural residential. Occasionally lands with urban, industrial, or commercial uses will also be appraised. Improvements are sometimes present. Appraisal assignments may be required for either single or multiple tracts. Appraisers shall be certified in accordance with Title XL of Financial Institutions Reform, Recovery, and Enforcement Act (FIRREA) in the states where services are to be provided, and shall comply with all state regulations pertaining to real estate appraisal services. Prospective appraisers shall have been general state-certified for a minimum of 3 years. The appraiser shall furnish all labor, materials, equipment, personnel, facilities, transportation, travel and per diem, unless otherwise noted. The Government will provide the SOW and (as available) maps, legal description, estate to be appraised, preliminary title report, hazardous material report, mineral report, landowner information, and the official name and tract number. The use of services of specialists such as, but not limited to, engineers, foresters, biologists, geologists, and so forth, for the completion of a specific appraisal must be identified in the appraiser's price proposal at the time of submission to the Government. The use of such specialists (and the specialists themselves) during the assignment for any BPA task order must be approved in advance by the ASD representative and the Contracting Officer (CO). All appraisals shall conform to the most recent and applicable editions of the "Uniform Standards of Professional Appraisal Practice" (USPAP) and the "Uniform Appraisal Standards for Federal Land Acquisitions" (UASFLA) requirements, unless other directions are given in the SOW for a specific appraisal assignment. State, Federal, or local agencies may require vehicles to be steam-cleaned or washed with high-pressure water to remove all soil and organic matter, to minimize invasive species contamination, before entering public lands. This may also be required by private land owners. The property owner, or designated representative, and the ASD representative shall be given a minimum 5 working day advance notice with an offer to accompany the appraiser on an inspection of the property. Such notification shall be documented in the appraisal report. FAR paragraphs 52.212-2, "Evaluation-Commercial Items," and 52.212-4, "Contract Terms and Conditions-Commercial Items," apply to this solicitation. Evaluation criteria to be used to determine whether to enter into a BPA with an appraiser are the appraiser's technical capability, past performance, and prices. FAR paragraph 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Order -Commercial Items," also applies to this acquisition; the following FAR clauses listed therein, in subparagraph (b), are included by reference: 52.222-6; 52.222-21, 52.222-26, and 52.222-36 (applicable to task orders that exceed $10,000); 52.222-35 and 52.222-37 (applicable to task orders that exceed $25,000); and 52.222-33. All appraisers must be registered with the Central Contractor Registration (CCR) to be awarded a BPA. (You may register easily and quickly on-line at www.ccr.gov/vendor.cfm.) Quote Submission Instructions - Appraisers wishing to enter into a BPA shall submit the following: A. Identify and provide qualification information for key personnel (and any regularly and frequently used subcontractors) expected to participate in the work under your BPA. Indicate relevant education, experience, capability, and expert witness experience of such personnel. List appraisal courses taken and professional memberships, if any, in appraisal organizations. Submit copies of licenses and/or certificates. (Substitutions or additions to the list of key personnel or subcontractors during the contract period must be approved by the ASD and the CO.) B. Provide two sample appraisal reports that are standard work products (not demonstration or modified reports). These samples should be reflective of the property types indicated in paragraph I. below, "Property Types and Realty Interests," and should meet the USPAP, and preferably the UASFLA. The reports provided must have been completed by personnel that are identified as key personnel in the proposal and are expected to be identified as key personnel for a specific appraisal. Sample appraisals completed within the last 3 years are preferable. C. Provide a listing of all previous work, of the types listed in paragraph I. below, performed during the last 5 years for public agencies and/or private organizations that reflects your firm's experience in appraising these property types. Include the name of the technical representative and/or project manager for each project, along with their telephone and facsimile numbers. (Government representatives may use past performance information obtained from sources other than those references provided by the potential appraiser.) D. Summarize, in no more than three pages, your experience appraising resource properties and rural properties with development potential. E. Describe your ability to perform in a timely manner and in compliance with performance schedules and quality of work for contracts performed. F. Describe your ability to perform simultaneously on multiple appraisals. G. Describe your ability to communicate rapidly and effectively with clients. H. Specify the geographic area or areas in which you prefer assignments. Describe the locations in a broad geographic area (for example, eastern Washington and northern Idaho). I. Specify the property types and realty interests for which you request consideration. The property types or interests include, but are not limited to, the following: Agricultural (grazing & crop lands), Farms or Ranches, Timberlands, Recreational, Wetlands, Wildlife Habitat, Undeveloped/Vacant Tracts, Urban Lands, Residential (Suburban and Urban), Rural Residential, Commercial, Industrial, Historic, Water Rights, Rights of Way (canal, utility, roads), Cabin Sites, Boat Docks, Multi-Family, Concessions, Subdivision Lands, Conservation Easements, and Minerals (add any other relevant types to your proposal). J. Using the "Appraisal Services Price List," which can be found at the same website as the "Appraisal Price Proposal Form" mentioned above, provide a schedule of all the rates you normally and customarily charge. K. Complete and submit FAR clause 52-212-3, "Offeror Representations and Certification." L. Submit your proposals (and any questions) electronically (including .pdf copies of your reports) to the National Business Center's Appraiser Team Leader, Veronica Romero, at veronica_romero@nbc.gov (ph. 520-458-9074 or 520-533-8944), and to Helen Honse at helen_honse@or.blm.gov, no later than September 19, 2004. Earlier submission is encouraged, and may result in an early award of a BPA. (If appraisers choose to submit hard copies of their reports, they should be submitted to Helen Honse, Appraisal Services Directorate, Pacific Northwest Region, Mailstop BLM 958, P.O Box 2965, Portland, Oregon, 97208.)
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=27067)
 
Place of Performance
Address: Oregon, Washington, Alaska, and Idaho
Zip Code: 83706
Country: USA
 
Record
SN00642732-W 20040814/040812212749 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.