Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2006 FBO #1515
SOLICITATION NOTICE

R -- Multiple Award Task Order Contract for the U.S. Army Corps of Engineers, Baltimore District, Real Estate Division, Enhanced Use Lease (EUL) Program for Real Estate Services to be provided on a nationwide basis.

Notice Date
1/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
531390 — Other Activities Related to Real Estate
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-05-R-0059
 
Response Due
3/6/2006
 
Archive Date
5/5/2006
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is Unrestricted. The North American Industry Classification Code (NAICS) is 531390. The size standard for this procurement is $ 2,000,000.00 average annual receipts over the last three years. The U.S. Army Corps of Engineer s (Corps) has a requirement for one or more firms with real estate expertise to provide real estate services on a nationwide basis for the Army's Enhanced Use Lease (EUL) program. This procurement for Enhanced Use Lease (EUL) Real Estate Services within t he United States is being advertised as a Request for Proposal (RFP). This procurement will be conducted in accordance, with FAR Part 15.3, Source Selection using the best value procurement process. Best Value will be determined using a trade off process, comparing price, technical and other factors. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. All responsible sources may submit a proposal, which shall be considered by the agency. It is anti cipated that multiple contracts will be awarded as a result of this solicitation. This procurement consists of one solicitation with the intent of awarding up to six contracts, all of which will be unrestricted. The estimated value of each contract will be $4,500,000. This includes the Base twelve (12) month period of $900,000.00 and four (4), one (1) year option periods at $900,000.00 each. If the dollar value of the base period is reached sooner than the contract period has ended, than an option period m ay be exercised. The base period and all options shall not exceed sixty (60) months, or the $4,500,000.00 combined aggregate capacity of the contract, whichever comes first. Individual task orders will not exceed the total contract amount or, if a base per iod and option periods are used, individual task orders will not exceed the contract amount for a period. The firm(s) must be capable of responding to and working on multiple task orders concurrently. Work can be anywhere throughout the United States. Con tracts may be issued up to one year after selection approval. The selected firm(s) shall have the experience, organization and capacity to provide the required services for proposed EUL projects located throughout the United States as identified by the Cor ps during the term of the Contract. The required services to be provided include; The preparation of Highest and Best Use Studies for proposed EUL sites; assistance in the preparation of Notice of Intent to Lease documentation; planning and hosting indust ry forums for potential developers; site specific EUL information management support to include web page development; prospective developer proposal evaluation support; and, assistance in the development of Business and Leasing Plans. Additional informati on relating to the Armys EUL program can viewed on the internet at www.eul.army.mil. If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, PL 95 -507, and PL 99-661. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Histor ically Black Colleges and Universities or Minority Institutions; 10% with Women-owned small businesses (WOSB); 3% shall be placed with Hubzone Small Businesses (HubSB), 3% with Veteran-owned small businesses (VOSB); and 3% with Service Disabled Veteran-own ed small businesses (SDV). It is imperative that all small disadvantaged business contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a fed eral agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. This solicitation package will be provided in an electronic form at, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation is the Internet only. This solicitation will not be issued in paper. Contractors may view and/or download solicitation information from the website at https://ebs.nab.usace.army.mil. All contractors must go to this website to register as a plan holder. In order to register, each contractor must have a valid Dun & Bradstreet Number and Cage Code Number assigned for the specific locati on being registered and also be registered in the Central Contractor Database. Registered plan holders will be provided the solicitation. All responsible sources may submit a proposal, which shall be considered by the agency. In order to reduce the possibi lity of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the Contract Specialist for the particular project. All deliveries, packages, etc. of more than one box or container must be bound toge ther by tape or other means. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of the Federal contract. The initial registratio n date expired 31 May 1998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. Issuance of the solicitation package will be on o r about 3 February 2006, proposals due on or about 6 March 2006. Question concerning this project can be emailed to Nichol Fitzpatrick at nichol.fitzpatrick@usace.army.mil and/or Del Sutton at delmar.w.sutton@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00967627-W 20060119/060117220819 (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.