Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOURCES SOUGHT

R -- Land Acquisition and Relocation Assistance Services

Notice Date
3/10/2009
 
Notice Type
Sources Sought
 
NAICS
531390 — Other Activities Related to Real Estate
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Boston Service Center(1PM), 10 Causeway Street, Room 985, Boston, Massachusetts, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-09-CH-D-0010
 
Archive Date
9/30/2009
 
Point of Contact
Sara Massarello,, Phone: (617)565-7736, Phyllis M Kelley,, Phone: 617-565-5815
 
E-Mail Address
sara.massarello@gsa.gov, Phyllis.Kelley@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT NOTICE ONLY. NAICS 531390 – Other Activities Related to Real Estate. This Source Sought Request is being issued to determine if there are adequate Small Business firms, i.e. Small Business Right-of-Way firms, to bid on a Land Acquisition and Relocation Assistance Services contract. The General Services Administration (GSA) proposes to award one indefinite delivery, indefinite quantity (IDIQ) contract for Land Acquisition and Relocation Assistance Services with the contract area being GSA Property Disposal Zone 1. Within Zone 1, the primary contract area is GSA Region 1 New England, and the secondary contract area is the rest of Zone 1 - Region 2 Northeast and Caribbean, and Region 5 Great Lakes. The task orders will consist of professional services for the acquisition of real estate rights and interests of private property, and associated relocation assistance in accordance with all applicable federal laws and regulations including the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, Public Law 91-646, as amended (the “Uniform Act”). Both Uniform Act, and 49 Code of Federal Regulations (CFR) Part 24 provide specific rules for conducting real estate acquisitions and relocations of private property by the United States Federal Government. The work includes, but is not limited to: Land Acquisition Support and Plan Development, Meeting Presentations, Title Services, ALTA/ACSM Land Title Surveys, Environmental Reports, Appraisals, Review Appraisals, Negotiations, Relocations Assistance, Settlements/Condemnations, Closings. The acquisition and associated relocation assistance work may involve a wide range of properties: residential, commercial, utilities and special use properties i.e. railroad spurs, mill yards, maple syrup enterprises, farms. An IDIQ contract will be negotiated and awarded for one (1) one-year base period and four (4) one-year option periods. The minimum guaranteed contract amount is $1,000 for the base year only. There is no limit on the number of Task Orders or the size of a project; however, the total cumulative Task Orders, certified invoices, and oral purchases amount shall not exceed $500,000 for any one-year contract period. The North American Industry Classification System (NAICS) Code is 531390 - Other Activities Related to Real Estate with a size standard of $2.0 million. The supplemental NAICS Codes are 531320 – Appraisal Services, 541370 - Surveying and Mapping (except Geophysical) Services, 541191 - Title Abstract and Settlement Offices, 541199 - All Other Legal Services, 541620 - Environmental Consulting Services, and 531210 - Offices of Real Estate Agents and Brokers. Contractors interested in pursuing this opportunity should respond to this Sources Sought Request by email No Later Than March 25, 2009, 4:00 p.m. Send responses and ALL questions to sara.massarello@gsa.gov. THIS IS NOT A REQUEST FOR PROPOSAL. Responses should include: 1. Name of firm, a brief description of the firm’s capabilities and the primary point of contact. 2. Is your firm interested in submitting a proposal for the Land Acquisition and Relocation Assistance Services IDIQ contract based on the information provided? 3. Brief descriptions of two (2) projects completed within the last five years similar to this proposed contract in scope. With each project experience provided, include the date when the project was completed or will be complete, location of the project, your firm’s role on the project, contract amount, the portion of work that was self-performed. Please include only a narrative of the requested information, NOT TO EXCEED TWO PAGES IN LENGTH. 4. Based upon the size standards provided, is your firm considered a large or small business concern? 5. If considered a small business, is your firm a women owned small business, small disadvantaged, veteran owned small, service disabled veteran owned, 8(a) or HubZone small business concern? It is anticipated that a Solicitation will be issued on or about April 1, 2009 with proposals due on or about May 1, 2009. Award is anticipated to be on or about June 1, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=24f5a4b61e2c765637047e9868855d79&tab=core&_cview=1)
 
Place of Performance
Address: US General Services Administration, Public Buildings Service, Property Disposal Division Zone 1(Regions 1, 2 & 5), T.P. O'Neill FOB, Room 925, 10 Causeway St., Boston, Massachusetts, 02222-1077, United States
Zip Code: 02222-1077
 
Record
SN01765636-W 20090312/090310215310-24f5a4b61e2c765637047e9868855d79 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.