Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2007 FBO #1966
SPECIAL NOTICE

R -- PERFORM PROPERTY APPRAISAL ON NOAA SITES LOCATED IN NORFOLK, VA

Notice Date
4/13/2007
 
Notice Type
Special Notice
 
NAICS
531320 — Offices of Real Estate Appraisers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NAAJA000710815CMM
 
Response Due
4/30/2007
 
Archive Date
5/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/request for quote for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division (CRAD) is seeking vendors to perform property appraisal on NOAA sites located in Norfolk, VA (Hampton Roads Region). This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NAAJA000710815CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Mar 2007) {Sections 5, 15, 17, 18, 20, 27, and 32}. FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), NOAA/CRAD will designate a Point of Contact (POC) at the time of award, 1352.246-70 Inspection and Acceptance (Mar. 2000) {Inspection and acceptance will be performed at the NOAA Real Property Management Division, Eastern Region, 601 E 12th Street, Room 1736, Kansas City, MO 64106}. FAR provisions that are hereby incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Sep. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov. 2006). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) {The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following factors shall be used to evaluate quotes: Personnel knowledge, qualifications, and ability; Proof of license, Past Performance; and Price. The Government reserves the right to award to the firm providing other than the lowest priced quote if the Contracting Officer determines that to do so would result in the best value to the Government}, 1352.217-102 Government Review, Comment, Acceptance, and Approval (Jan 1987) {(a) Documentation required by the contract to be submitted for review, comment, acceptance, or approval will be acted upon by the Government within 30 calendar days after receipt by the Government, unless another period of time is specified. (b) Review, comment, acceptance or approval by the Government as required under this contract and applicable specification shall not relieve the Contractor of its obligation ?to comply? with the specifications and with other requirements of the contract, no shall it impose upon the Government any liability it would not have had in the absence of such review, comment, acceptance or approval.}. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. A copy of Attachments A through D can be obtained via email request to carey.m.marlow@noaa.gov. All interested parties who plan to submit a quote must obtain the copies of the attachments and acknowledge their receipt in their technical proposal. Signed and dated quotes may be submitted via fax to (816) 274-6923 or submitted via email to carey.m.marlow@noaa.gov . Quotes must be received on or before 2:00 pm CDT, Monday, April 30, 2007. Quotes submitted in response to this notice should include the following: 1. Personnel. Identify who will be performing the work. The appraiser hired will be responsible for the report and is expected to sign each copy of the four (4) reports. Provide written documentation that demonstrates the individual?s knowledge of and experience in having accomplished the services described herein. 2. Provide a list of credentials including a copy of licenses held, of the personnel that will be performing the work. The appraiser must hold a valid Certified General Appraiser License from the Commonwealth of Virginia. 3. Provide a list and dates of courses and/or training the personnel working on this project has taken. 4. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein. 5. A completed price schedule for all line items identified in this notice. Provide a Firm Fixed Price amount, inclusive of any and all travel and associated administrative expenses associated with this task. 6. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed). 7. Certification of registration in CCR. This is a firm fixed price request for quote. BACKGROUND: The National Oceanic and Atmospheric Administration (NOAA) is currently undergoing a facilities review in the Hampton Roads Region of Virginia and considering the programmatic impact and economic feasibility of consolidating some or all of its activities currently located throughout the Hampton Roads Area of Virginia. Two of the existing NOAA sites are owned, both of which are located in Norfolk, Virginia. Furthermore, the Hampton Roads Transit (HRT) has approached NOAA to obtain a right-of-way across the perimeter of the tow NOAA owned sites to support the planned Norfolk Light Rail Transit (LRT) Project. In order to 1) properly evaluate the economic feasibility for consolidation; 2) estimate the value of the easements; NOAA would like appraisals of the Market Value for each of the two NOAA owned sites and the two easements, consisting of four (4) Self-Contained Appraisal Reports. PURPOSE: The purpose of these appraisals is to inform NOAA as to the value of its existing real property capital assets for 1) analysis and evaluation of any consolidation opportunities against existing capital asset value; 2) estimating the value of the easements for the Norfolk LRT Project. SUBJECT PROPERTIES: a. Marine Operations Center ? Atlantic (MOC-A) 439 West York Street Norfolk, VA Acres: 1.5+ Buildings: Building #1: 24,400 square feet Building #2: 9,820 square feet b. National Geodetic Survey (NGS) 538 Front Street Norfolk, VA Acres: 3.6+ Building: 7,000 square feet PROPERTY CONTACTS (for access to property and Norfolk LRT information): a. MOC-A: Will be provided when purchase order is awarded. b. NGS: Will be provided when purchase order is awarded. c. HRT: Will be provided when purchase order is awarded. REQUIREMENTS/DELIVERABLES: The appraisals shall be prepared to reflect the following requirements: a. The appraisals must be prepared in accordance with the Uniform Appraisal Standards for Federal Land Acquisition, Interagency Land Acquisition Conference 2000, available in hard copy from the U.S. Government Printing Office (GPO Stock Number 048-000-00437-7) or in soft copy from the U.S. Department of Justice at http://www.usdoj.gov/enrd/Legal_Documents.html . The appraisals must also conform to the current edition of the Uniform Standards of Professional Appraisal Practice (USPAP), as promulgated by the Appraisal Standards Board (ASB) of the Appraisal Foundation. b. The appraiser will prepare an analysis to provide an opinion of the Market Value of the Fee Simple Interest of the two NOAA-owned sites in Norfolk, Virginia, located at 439 W. York Street (Marine Operations Center ? Atlantic, consisting of two (2) buildings on 1.5 acres of land +/-, and associated improvements) and 538 Front Street (National Geodetic Survey, consisting of one (1) building on 3.6 acres of land +/-, and associated improvements). c. The appraiser will prepare an analysis to provide an opinion of the Market Value of an easement on the perimeter of each of the subject sites for the planned Norfolk LRT Project, in accordance with HRT planning documents. d. Each appraisal report should be a Self-Contained Appraisal Report (i.e., consistent with USPAP 2006 Standards Rule 2-2 (a)). e. Delivery of Work: The due date of the appraisal reports will be forty-five (45) calendar days from the date of award. f. Four (4) copies each of the four (4) original completed appraisal reports shall be delivered to the following address: National Oceanic and Atmospheric Administration (NOAA) Real Property Management Division, Eastern Region Attn: Nancy King, Chief 601 E 12th Street, Room 1736 Kansas City, MO 64106-2877 PAYMENT: Upon review and acceptance of the report by NOAA, payment will be provided in accordance with the Prompt Pay Act. Acceptance is predicated on a review of the report. The principal appraiser is expected to be available and responsive to any question during the appraisal review. SUBMITTAL: Please include the following in your quotation submittal: a. Personnel. Identify who will be performing the work. The appraiser hired will be responsible for the report and is expected to sign each copy of the four (4) reports. b. Credentials: Provide a list of credentials of the personnel that will be performing the work. The appraiser must hold a valid Certified General Appraiser License from the Commonwealth of Virginia. c. Training: Provide a list and dates of courses and/or training the personnel working on this project have taken. d. Qualifications: Provide a list of qualifications appropriate to this job. Please provide information to demonstrate that the personnel performing the field work for this job have experience with similar complex assignments. e. Fee Quotation: Provide a Firm Fixed Price amount, inclusive of any and all travel and associated administrative expenses associated with this task. ATTACHMENTS: a. Aerial of Subject Property (1 page). b. Norfolk Light Rail Transit Project Fact Sheet (2 pages). c. Fort Norfolk Development Map (1 page). d. Norfolk Light Rain Transit Project Right of Way and Track Plan (2 pages). BID FORMAT: Provide itemized pricing as follows: Line Item #1- Perform a Property appraisal on properties Located in Norfolk, VA (Hampton Roads Region) $_________________ GRAND TOTAL $_________________ END OF NOTICE
 
Place of Performance
Address: NORFOLK, VA
Zip Code: 23105
Country: UNITED STATES
 
Record
SN01272745-W 20070415/070413220408 (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.