Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

R -- The DOI NBC intends to award a Fixed-Price Contract for appraisal services to be performed on the Ft. Totten Indian Reservation.

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Dept of the Interior - National Business Center Acquisition Branch PO Box 272040 Denver CO 80227
 
ZIP Code
80227
 
Solicitation Number
NBCR06024
 
Response Due
5/15/2006
 
Archive Date
5/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotations (RFQ) NBCR06024. This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-09. This solicitation is set-aside 100% for small business. The North American Industry Classification Code (NAICS Code) is 531320 (Appraisal Services), business size standard of $1.5 Million in annual receipts. 1. REQUIREMENT: The Government intends to award a Fixed Priced Contract for a period of one year from the date of inception with up to two (2) one year additional option periods for Indian Trust appraisal services required for the Ft. Totten Reservations. The Government anticipates approximately 30-50 appraisal requests plus approximately 180 rental estimates to be completed using a market study. 2. SPECIFICATION: The National Business Center is seeking a contractor to provide real estate appraisal services of Indian Trust lands located within the Great Plains Region. Appraisals shall be conducted by State certified licensed appraisers for the State in which the property is located. The appraisals will be conducted in accordance with IAW the Uniform Standard of Professional Appraisal Practice (USPAP) and Uniform Standards for Federal Land Acquisition (USFLA) practices and principles of evaluating real property, and shall present adequate factual data to support the market value and/or market rental estimate in sufficient detail to facilitate a comprehensive report for approval by the Office of Appraisal Services. Appraisal reports shall contain, at a minimum, an appropriate area and neighborhood analysis, a discussion of the market areas current market conditions and an analysis of comparable sales/lease data. Appraisal shall reflect prevailing market conditions and will be performed based upon transactions within one year of the effective date of the report. Comparable data used in the report shall be utilized and compared to the subject property to arrive at an indication of the current market value and/or market rent, expressed as dollars per acre. Adjustment to the comparable data for rate-influencing differences shall be weighted and justified. Adjustment will be expressed in dollars per acre. 3. DELIVERY: "FOB" Destination" means all transportation or freight costs shall be paid by the Contractor and included in the unit price quoted for each item. 4. CLAUSES: The following provisions and clauses apply to this procurement: FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-02 EVALUATION - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.212-04 CONTRACT TERMS AN CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS para (b) following clauses apply: 52.219-06; 52.222-03; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52-225-13; 52.232-33; 52.239-01; FAR 52.217-08 OPTION TO EXTEND SERVICES; FAR 52.217-09 OPTION TO EXTEND THE TERM OF THE CONTRACT; SECURITY CLAUSES; FAR 52.216-24 LIMITATION OF GOVERNMENT LIABILITY; FAR 52.217-05 EVALUTION OF OPTIONS; FAR 52.233-04 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far or upon request from the Contracting Officer. Award shall be made to the offeror whose quotation is determined to represent the best value to the Government, after considering technical and past performance. In making the best value determination, the Government considers technical and past performance being equal in importance and both being more important than price. 5. INSTRUCTION TO OFFERORS: Offeror quotes must be submitted in accordance with the instructions for preparing proposals specified in the 52.212-01 Instructions to Offerors - Commercial Items. Quotes shall be submitted in writing on a SF1449, on May 15, 2006 by 1:00 PM MST, to the DOI-NBC, Attn: Roberta Truax, 7301 Mansfield Avenue, M/S: D-2941, Denver, CO 80235 or by fax at (303) 969-5468. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=185976)
 
Record
SN01045671-W 20060512/060510221217 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.