Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SPECIAL NOTICE

R -- Notice of Intent (NOI) to inform industry of the Government�s intent to execute a Sole Source Award under FAR Part 13 follow on Appraisal in San Antonio TX

Notice Date
6/4/2025 8:57:33 AM
 
Notice Type
Special Notice
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Response Due
6/6/2025 12:00:00 PM
 
Archive Date
06/21/2025
 
Point of Contact
Lindsay Chvilicek, Phone: 8174085319, Nicholas Johnston, Phone: 8178861006
 
E-Mail Address
lindsay.m.chvilicek@usace.army.mil, nicholas.i.johnston@usace.army.mil
(lindsay.m.chvilicek@usace.army.mil, nicholas.i.johnston@usace.army.mil)
 
Description
USACE Fort Worth District, located in 819 Taylor Street, Fort Worth Texas 76102 is issuing this Notice of Intent (NOI) to inform industry of the Government�s intent to execute a Sole Source Award under FAR Part 13 � Simplified Acquisition Procedures (SAP), specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. The intended Contractor is for Dugger Grafe Swanson located in 9901 IH-10 West San Antonio Texas 78230. Phone (210)227-6229 Unique Entity ID ND2MGB6AHD47/CAGE 1RDD6 This requirement will be used to provide four appraisals to conclude an estimate of fair market rent for four individual buildings located San Antonio. The current request is for four new appraisals to conclude an estimate of fair market rent for four of the individual buildings at the subject campus. The subject facility is very specialized meeting federal high security requirements, and the appraisers selected for the last contract had to gather a significant amount of specialized market information. The contractor for the prior appraisal has already toured the faculty and been given confidential information such as redacted specs, drawings, photos, and floorplans. They are currently cleared for this space and have completed all security checks. They have already researched the market and produced a market value appraisal with supplemental market rental value conclusions. They are also located in the same market as the facility to be appraised. It would take the original contractor significantly less time and expense to complete the requested appraisals than starting with a new contractor. It is expected that this will save 60 to 90 days and over $20 thousand dollars. Due to the need delays in obtaining security clearance would jeopardize the project. The appraisal is just the first step in the final lease which much be completed by the end of the fiscal year. It would be in the best interest of the government to have the same contractor complete the appraisals for this action as they could provide the required services more efficiently and more cost effectively than other contractors given the prior experience and would decrease the risk of an information breach by not requiring that sensitive material be distributed to additional sources. This contractor has also previously executed an NDA for this facility. This NDA was not a USACE or client requirement or document, it was required by the property owner. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (KO) to solicit from one source. This will be a Firm Fixed Price (FFP) award and an anticipated award date is set for (enter date). The Contractor shall conduct the work at San Antonio The North American Industry Classification System (NAICS) for this requirement is, 531320 Office of Real Estate Appraisers the Product of Service Code for this requirement is, ENTER PSC CODE) The Small Business Administration (SBA) size standard for this sector is $9.5 million. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. This notice of intent is not a request for competitive proposals and no solicitation will be made available. Any responses received no later than COB June 6, 2025 will be considered for the purposes of determining sources for future procurements. Send responses to Nicholas Johnston at nicholas.i.johnston@usace.army.mil and Lindsay Chvilicek at lindsay.m.chvilicek@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9eee4567b2a4b5f964f6628d3ec05a1/view)
 
Place of Performance
Address: San Antonio, TX, USA
Country: USA
 
Record
SN07465312-F 20250606/250604230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.