Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
SOLICITATION NOTICE

R -- Real Estate Support , Relocation and Acquisition Services

Notice Date
5/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
531390 — Other Activities Related to Real Estate
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), South Service Center (1PL-RI), 380 Westminster Street, Suite 524 P.O. Box 30, Providence, RI, 02903
 
ZIP Code
02903
 
Solicitation Number
GS-01P-06-NL-D-0032
 
Response Due
7/1/2006
 
Archive Date
7/16/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration has identified a requirement for experienced consulting firms or teams to provide professional real estate support and relocation and acquisition services within the geographic area of the New England region. The period of performance will be a base year with four, one-year option periods. This procurement is identified as a small business set-aside. It is anticipated that three to five separate contracts may be awarded from this solicitation. Successful firms will be awarded a firm-fixed price Indefinite Delivery/Indefinite Quantity Contract (IDIQ). The major requirement for this contract is to secure and expand approximately twenty-six (26) Northern Border Crossing Stations which are to be upgraded to accommodate current U.S. Security Requirements. It is anticipated that at each port of entry, 3-10 privately owned properties will need to be acquired for National Security purposes. It is estimated that each fiscal year, five border crossings will be impacted; therefore, the work load could range from 6 to 50 parcels annually for the next five years. Joint venture arrangements will be considered and evaluated for demonstrated ability to provide a quality relocation and acquisition effort. Respondents must demonstrate capability and a planned approach to perform all real estate contract services within the designated geographical area of consideration. Supplemental information, such as representative examples of prior relevant projects is encouraged. The minimum guarantee for each contract is $500.00. The total cumulative fee is a maximum of $100,000.00 for each one year period. A separate fee will be negotiated for each separate task order. The fee will be based on the overhead, profit, and employee wage rates established in the contract. Services as prescribed for each separate project will be firm fixed price. Successful firms will be selected using a best value approach with technical criteria being approximately equal in importance to cost/price. Selection will be based on the following evaluation criteria in relative order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Offerors should provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. (3) Specialized in-house experience and technical competence in the type of work required, including, where appropriate, experience in Title Abstracts and Title Insurance, Real Estate Appraisal, Title Curative, Real Estate Appraisal Review, Negotiation, Relocation Benefit Reports under CFR 49 part 24, Relocation Services to Effected Private Property Owners, Knowledge of PL 91-646 and the Federal Uniform Relocation and Acquisition Act, Knowledge and Ability to Conduct Required Containment Survey Reports, Land Boundary Surveys, Preparation of Conveyance Documents to U.S. Department of Justice Standards. Specialized experience includes the firms? experience in acquiring lands for Federal projects with emphasis on firms in-house capacity, key personnel, and experience working under budgetary and scheduling constraints; (4) Capacity to accomplish the work in the required time; (5) an active office in one of the New England States. (NAICS code 531390, Other Activites Related to Real Estate; Size standard $2.0 mil.) The request for proposal will be issued at www.fedbizopps.gov OOA June 1, 2006. Responses shall be due within 30 days following issuance of the request for proposal. Offeror?s must be registered in the Central Contractor Registration (CCR) website. To register, go to www.ccr.gov.
 
Place of Performance
Address: New England Region
 
Record
SN01053347-W 20060520/060519135026 (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.