Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
DOCUMENT

R -- Market Analysis - Attachments

Notice Date
2/5/2009
 
Notice Type
Attachments
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Washington State Office, 316 Boone Avenue, Suite 450, Spokane, Washington, 99201-2348
 
ZIP Code
99201-2348
 
Solicitation Number
AG-0546-S-09-0001
 
Response Due
2/20/2009
 
Archive Date
3/20/2009
 
Point of Contact
Amy J Smith,, Phone: 509-323-2925, Ronald L. Joyner,, Phone: 509-323-2926
 
E-Mail Address
amy.smith2@wa.usda.gov, ronald.joyner@wa.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. AG-0546-S-09-0001 is issued as a Request for Quotation (RFQ). The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. This RFQ is being conducted as a set-aside for small businesses. The associated NAICS code is 531210: size standard of $2.0 is applicable. USDA-NATURAL RESOURCES CONSERVATION SERVICE has a requirement for a non-personal service to furnish all supplies, equipment, materials, and labor to complete a Market Analysis of agricultural land sales for each of the three (3) areas across the state of Washington in accordance with the attached statement of work: 1Market Analysis – East Area Washington State1JB$ 2Market Analysis – Central Area Washington State1JB$ 3Market Analysis – West Area Washington State1JB$ A final summary report for each of the three areas is to be delivered F.O.B destination to 316 W. Boone Avenue, Suite 450, Spokane, Washington 99201-2348. Delivery is required within 45 days after notice of award. The provision at 52.212-1, Instruction to Offerors—Commercial, applies to this acquisition (there are no addenda to this provision). QUALIFICATION OF OFFERORS: (1) proposals will be considered only from offerors who are regularly established in the business called for, including appraisals in conformance with Uniform Standards of Professional Appraisal Practice (USPAP) and who are licensed to provide this service. Successful offeror(s) shall meet any and all requirements of Federal, State, and City codes regarding operations of this type of service and compliance with USPAP; (2) the offeror must show evidence of his/her reliability, ability, and experience; (3) past performance information is an indicator of an offeror’s ability to perform the contract as required; and (4) the offeror must ensure the capacity to complete the services in the time specified by the contract. The Government will evaluate quotes submitted in response to this RFQ, which meet the requirements in accordance with the factors listed below. Failure to provide the minimal information needed for each factor may render a quote as non-responsive. This section is intended to explain the rationale and minimum criteria by which quotes will be evaluated by the Government. Offerors shall prepare quotes with these criteria in mind, both in terms of content and organization, in order to assist the Contracting Officer in determining the relative merit of quotes. Offerors are advised that they are not restricted in what is presented in their quote as long as sufficient materials are provided to allow evaluation of specific elements of quotes as defined by the evaluation factors. The Government will award a firm-fixed price contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 – Technical Competence/Experience: This factor will examine the firm’s competence and experience in compliance with USPAP in conducting appraisals and/or market analyses of agricultural lands. Must provide copy of current State Real Property General Appraiser license. Must be a licensed and registered real estate professional in the State of Washington. Failure to provide a copy of a current license may render proposal as non-responsive. This evaluation factor is equal in importance to Factor 2. Factor 2 – Price: This factor will evaluate the Government’s ability to acquire the desired deliverables at the best value to the Government. This evaluation factor is equal in importance to Factor 1. Factor 3 – Capacity to Accomplish the Work in a Required Time: This factor will examine the offeror’s ability to complete services awarded within the specified performance period. This evaluation factor is less important than Factors 1 and 2, but more important than Factors 4 and 5. Factor 4 – Past Performance: This factor will examine and evaluate offeror’s previous contracts. Companies should be listed from current work up to the last three years. Evaluations will be based on quality of service, timeliness, and customer satisfaction. This evaluation factor is less important than Factors 1, 2, and 3, but more important than Factor 5. Factor 5 - Educational Background: This factor will look for specific educational courses relative to the real estate and appraisal profession (i.e. USPSP, eminent domain, or conservation easements). This factor holds the least importance. Offeror shall provide the above information for all proposed subcontractors who may be utilized to perform services under this contract. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. In addition to other factors, quotes will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed that for the purpose of evaluating quotes, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation and individual awards will be for the items or combination of items that result in the best value to the Government, including the assumed administrative cost. INSTRUCTIONS FOR RESPONDING TO EVALUATION FACTORS Quotes submitted in response to this solicitation shall furnish the information requested below, both for the prime contractor and any proposed subcontractors, which pertains to the pre-selection criteria and evaluation factors disclosed. (1)Copy of the current State General Real Property Appraiser License/Credential or temporary practice permit; (2)Technical Competence/Experience – the offeror shall provide a concise, written narrative (not to exceed 2 typewritten pages) to demonstrate competency in conducting a market analysis of agricultural properties; (3)Educational Background – the offeror shall provide documentation of appraisal courses successfully completed; (4)Past Performance – the offeror shall list contracts of a nature and complexity similar to this contract that they were awarded or performed within the past three (3) years, or currently in force. Include the following: a.Name, address and telephone number of the contracting organization and contracting officer; b.Contract number, type and dollar amount; c.Brief description of work; d.List any special problems encountered during executing services under the contract. Point out any action taken to adapt to customer needs and requirements for change; and e.Information on performance quality, schedule reliability and completion within or below cost and time estimates. (5)Capacity to Accomplish Work – the offeror will demonstrate the ability to complete the work within the required performance period specified. Offerors must include a completed copy of the provision at 52.212.3, Offeror Representations and Certifications-Commercial Items, found at http://www.arnet.gov/far/ with this offer. Clause 52.212.4, Contract Terms, and Conditions---Commercial Items with addenda AGAR 452.247-71, Marking Deliverables; and NRCS 4I-52-232-70, Designation of Payment Office Contact Point; applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders—Commercial Items, applies to this acquisition. Under 52.215-5, the following clauses are incorporated by reference: 52.219-6 Notice of Total Small Business Set-Aside (June 2003 52.219-28 Post Award Small Business Program Representation (June 2007) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) QUOTES ARE DUE February 20, 2009 1:00 PM (PDT). Quotes must be addressed to Amy Smith, Contract Specialist, USDA-NRCS, 316 W. Boone Avenue, Suite 450, Spokane, Washington 99201-2348. Facsimile quotes may be sent to (509) 323-2909. All quotes must be in writing, dated and signed by an authorized representative of the firm providing the quote. To submit a quote complete the Standard Form-18 (blocks 11-16), complete 52.213-3 (Offeror Representations and Certifications-Commercial Items), and include all information as set forth in ‘Instructions for Responding to Evaluation Factors’ of synopsis. Contractor must be registered on the Federal Government’s Central Contractor Registration website (www.ccr.gov) prior to contract award. LIST OF ATTACHMENTS 1)Standard Form-18, Request for Quotation 2)Market Analysis Statement of Work (2 pages) 3)West Area, Washington Map (1 page) 4)Central Area, Washington Map (1 page) 5)East Area, Washington Map (1 page)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c1ed7067ceb99f7a8a2f97ef869eb90&tab=core&_cview=1)
 
Document(s)
Attachments
 
File Name: Standard Form 18, Request for Quotations (sf18.doc)
Link: https://www.fbo.gov//utils/view?id=0d018f16b434924d39fafa5d62131109
Bytes: 63.00 Kb
 
File Name: Washington State Market Analysis Statement of Work (Washington Market Analysis SOW.doc)
Link: https://www.fbo.gov//utils/view?id=83e40d76b1e12dfbb181b86ff28bde29
Bytes: 47.00 Kb
 
File Name: Washington State West Area Map (NRCS_Washington_West_Area.jpg)
Link: https://www.fbo.gov//utils/view?id=15c7ae652c3f389a1a4484a7a4417709
Bytes: 2,820.51 Kb
 
File Name: Washington State Central Area Map (NRCS_Washington_Central_Area.jpg)
Link: https://www.fbo.gov//utils/view?id=254caf21072ad6606b3822e9a43cb7f4
Bytes: 2,747.40 Kb
 
File Name: Washington State East Area Map (NRCS_Washington_East_Area.jpg)
Link: https://www.fbo.gov//utils/view?id=33d16701f96ef05ddf823b21e839ec83
Bytes: 2,681.16 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Washington State, United States
 
Record
SN01745187-W 20090207/090205220246-8c1ed7067ceb99f7a8a2f97ef869eb90 (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.