Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27, 2000 PSA #2694
SOLICITATIONS

R -- REAL PROPERTY MANAGEMENT SERVICES

Notice Date
September 25, 2000
Contracting Office
U.S. Marshals Service, Business Services Division, 600 Army Navy Drive, Arlington, VA 22202
ZIP Code
22202
Solicitation Number
MS-BSAF-0004
Point of Contact
Nancy E. Reese (202)353-8348
Description
This is a combined synopsis/solicitation; a separate written solicitation document will not be issued. Request for Quotation (RFQ) Number MS-BSAF-0004 is prepared in accordance with the format under Federal Acquisition Regulation (FAR) Part 12, Acquisition for Commercial Items, Subpart 12.6, and Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through FAR Circular 97-19. This solicitation is open to small and large business concerns. Department of Labor Wage Determination No. 1994-2103 is applicable to this solicitation. Delivery is FOB Destination to the United States Marshals Service (USMS) Asset Forfeiture Office, 600 Army Navy Drive (CS III, Suite 402), Arlington, VA 22202-4210. This requirement is for real property management services which MAY BE REQUIRED. An award will be made IF property located at Route 7 and Countryside Boulevard, Sterling, Virginia is seized by the United States Marshals Service. ** LINE ITEM 001: Real Property Management services at ______% of the gross revenues per month.** STATEMENT OF WORK: The Contractor will provide property management services of the Countryside Office and Retail Center (DeLuca properties), located on Route 7 and Countrywide Boulevard, Sterling, Virginia per generally acceptable industry standards. The properties consist of the Countrywide Commercial and Professional Center, the Harmon Building, the Ambulatory Surgery Center, and the Mimado Building. * Fee Schedule -- Property management services will be priced at a percentage of the gross revenues generated by the center on a monthly basis with the total fees not to exceed $16,000 in any one month. * Term -- The property management order will remain in place for a minimum of a six (6) month period or until the property is sold, whichever occurs first. * Requirements -- 1. Real property management services include but are not limited to the following: (a) Provide one person on a full-time basis during normal business hours for on-site management. (b) Provide basic maintenance services on a regular schedule consistent with good property management practices. (c) Provide repair services on an as needed basis. Repairs in excess of $1,000 require the prior approval of the Contract Officer Technical Representative (COTR). (d) Contractor shall stabilize the properties as soon as possible to satisfy reasonable tenant requirements; Ensure that all efforts are made to retain desired tenants prior to lease renewal periods; Terminate leases of undesirable tenants. (e) Collect rents and provide written receipts to tenants. (f) Provide leasing services to re-lease vacant space, or soon to be vacant space. (g) Develop a twelve (12) month rolling operating and cash flow budget. (h) Develop a twelve (12) month capital expenditure budget. (i) Administer the common area maintenance budget, and ensure that all pass through expenditures are properly recorded. (j) Administer the Property Owner's Association, and provide a separate budget for the association. (k) Provide an abstract of all outstanding leases to include tenant, space, monthly rental, past due status, lease terms, CAM charges, etc. (l) Assist in negotiating with the secured mortgage lender, Dime Savings Bank, to eliminate or modify the lock box system where all revenues are sent directly to the bank. (m) Enter into maintenance and utility type agreements, such as electricity, janitorial, water, gas/fuel for heating, trash pickup, lawn mowing, snow removal, etc., unless such services are obtained by the tenant under the terms of the lease. (n) Notify the COTR of any code violations. (o) Report all emergencies to the COTR, and effect repairs necessary to protect life, prevent personal injury, protect property of third parties, and/or avoid suspension of services to tenants. (p) Provide an analysis of current insurance policies and real property tax status of the building, and provide the COTR with recommended changes. (q) Monitor the performance of all sub-contractors. (r) Eliminate any fire hazards. (s) Inspect and set proper temperature and humidity controls. 2. The Contractor shall maintain a complete set of keys for each property and shall provide one complete set to the COTR within five (5) business days of the commencement of responsibilities under the agreement. 3. The Contractor shall inspect the inside and outside of the properties a minimum of twice a month (every 15 days). The Contractor shall provide the COTR with a property inspection report each time the property is inspected. These reports shall be submitted to the COTR as part of the monthly property report. 4. The Contractor shall monitor compliance with the lease agreements of the tenants to ensure compliance. 5. The Contractor shall submit a check payable to "United States Marshals Service," for all interest income accrued from the Joint Account and net proceeds after payment of all utilities and normal operating expenses. The joint account should never exceed three months of anticipated expenses. The check shall be submitted along with the monthly property report. The Contractor shall submit monthly a separate invoice for property management fees. 6. The Contractor will obtain the approval of the COTR for all expenditures in excess of $2.500, excluding normal utilities, as well as all repairs in excess of $2,000. * Monthly Property Report: By the fifteenth of each month, the contractor shall submit to the COTR a monthly property report. This report shall include the following: (a) Property inspection report including a brief narrative of significant activity (e.g. actual and/or projected expenses and repair). (b) Any maintenance activity. (c) Joint account bank statement(s). (d) Rental activity. (e) Financial statements for all four properties to include profit and loss statement, analysis of cash flow, and a balance sheet for each property.***Award will be made to the responsible quoter whose quotation is judged to be in the best interests of the government and presents the BEST VALUE in terms of price and past performance. For these reasons the government reserves the right to award to other than the lowest priced quote. Quoters are required to submit a capability statement that certifies that it can meet the requirements of the Government and at least two references for which the same type of property management services have been provided. Evaluation of quotes will comply with Federal Acquisition Regulation (FAR) Part 13 -- Simplified Acquisition Procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. Quotes that do not meet the government's requirements or conditions, or take exception to government requirements, terms or conditions will not be considered. The following provisions and clauses shall apply to this solicitation and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions- Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Under paragraph (b) of provision 52.212-5, the following clauses are applicable to this solicitation and any resultant contract: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); and 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) NOTE: Quoters responding to this solicitation shall include all information required in FAR 52.212-1, Instructions To Offerors -- Commercial Items and submit a completed copy of the provision at FAR 52.212-3, Offer Representations and Certifications -- Commercial Items. The full text for the above listed clauses are available at http://www.arnet.gov/far/. Questions regarding this synopsis/solicitation must be faxed to the Contracting Officer, Nancy Reese, at (202) 307-9695 . Quotes are due no later than October 6, 2000 and may be mailed to U.S. Marshals Service, Attn: Nancy E. Reese, 600 Army Navy Drive, CS3, Suite 1114, Arlington, VA 22202 -- or -- faxed to (202) 307-9695.
Record
Loren Data Corp. 20000927/RSOL003.HTM (W-269 SN500346)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on September 25, 2000 by Loren Data Corp. -- info@ld.com