Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOURCES SOUGHT

R -- NMSO LAND TENURE ADMIN. ASST. CONTRACT

Notice Date
6/26/2009
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of the Interior, Bureau of Land Management, New Mexico Region, L NM-RIO PUERCO FIELD OFC(NMA01)435 MONTANO RD NEALBUQUERQUENM87107US
 
ZIP Code
00000
 
Solicitation Number
L09PS00715
 
Response Due
7/8/2009
 
Archive Date
8/7/2009
 
Point of Contact
Salas-Waldo, Anna M 505-761-8711, asalas@blm.gov<br />
 
E-Mail Address
Salas-Waldo, Anna M
(asalas@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
Description This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number L09PS00715 is being issued as a request for quotation (RFQ) with an open date of June 24, 2009 and close date of July 8, 2009. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-32. This is a total 100% set-aside for small business; the associated North American Industry Classification System (NAICS) code is 541618; the small business size standard is $7 million and the associated product service code is R498. The Bureau of Land Management (BLM) New Mexico State Office has a requirement and is soliciting for quotations on a competitive basis from qualified organizations to enter into a firm fixed price contract for Realty Consultant Services in the development and implementation of its Land Tenure Adjustment Program (LTAP) in New Mexico. Statement of Work BackgroundThe New Mexico BLM has an active land tenure adjustment program that seeks to enhance and refine its land ownership pattern in the State to improve management efficiencies. The BLM primarily utilizes land exchanges, land acquisitions, and land sales to achieve these goals. Currently BLM is working closely with the New Mexico State Land Office (NMSLO) on an active land exchange program whereby BLM seeks to acquire certain State lands within Wilderness Areas (WAs), Wilderness Study Areas (WSAs), Areas of Critical Environmental Concern (ACECs), and Special Management Areas (SMAs) located throughout the State. New Mexico BLM is also currently involved in the development and implementation of a Land Sale Program in New Mexico that seeks to maximize public revenues upon the sale of high valued parcels of public land while at the same time making public lands available for orderly development in the private sector. Certain isolated and difficult to manage parcels of public land will also be sold to relieve BLM from management difficulties.Private land or interests in land that contain significant public resource values are actively being acquired by BLM in New Mexico where land exchanges are not feasible or where land owners prefer to receive cash for their properties.BLM lands are scattered and located throughout the State and are administered by the following seven field offices; Farmington, Taos, Rio Puerco, Socorro, Roswell, Carlsbad, and Las Cruces. The subject tracts of State Land Office (SLO) lands BLM seeks to acquire are primarily located within 2 WAs and 53 WSAs. BLM and the SLO have generally been formulating land exchange proposals starting in the northern part of the state and working its way into the southern portion of the state. However, the LTAP is flexible working on proposals that are for one reason or another time sensitive or opportunity driven providing for a most efficient and successful program possible. BLMs Land Sale Program has largely been concentrating past energies selling public land parcels near Las Cruces, NM, where an active market exists and revenue producing sales have been very successful.Contractor LocationThe Contractor will telework from an existing office of the BLM (to be identified at time of award), as well as attend from 2 to 3 meetings per month during the duration of the contract.Period of Performance Period of performance of this contract will begin in July 13, 2009 through September 30, 2010. Contractor Responsibilities and TasksThe Contractor is responsible for developing the LTAP as described below. The Contractor is responsible for completion of exchange, acquisition and pre-sale documents to further specific LTAP initiatives.The Contractor shall provide orientation and training to a new Realty Specialist as it relates to the implementation of the LTAP in accordance with guidance, policies, manual and handbooks related to the LTAP. The Contractor is required to complete the following BLM Land Tenure Adjustment projects: Task 1: Santa Teresa Phase II Land Exchange Estimated Contractor Time: 150 calendar days. Deliverable for Task 1: The contractor will be responsible for the initiation of the land exchange by preparing a Feasibility Report package to include a Notice of Exchange Proposal and Agreement to Initiate (ATI) to ensure compatibility and conformance with BLM regulations, policies and guidelines. The Feasibility Report package will be prepared according to 43 CFR 2200 for review by the State Office, Field Solicitor and the National Land Exchange Team. Process the land exchange according to land exchange regulations. Contractor shall also write, edit, complete and compile the preparation of National Environmental Policy Act (NEPA), and draft decision packages including escrow instructions. Task 2: Ojito/La Lena Land Exchange and Bisti/Ah-Shi-Sle-Pah Land Exchange Estimated Contractor Time: 20 calendar days (after completion of Feasibility Studies in Task 1) Deliverable for Task 2: Prepare land exchange decision packages for review by the State Office, Field Solicitor and the National Land Exchange Team. Prepare escrow instructions and all pertinent documents for closing the exchanges in accordance with 43 CFR 2200.Task 3: Sand Ranch Property Acquisitions Estimated Contract Time: 10 calendar days from completion of Task 2 Deliverable for Task 3: Identify unacceptable title encumbrances on title commitments and prepare an administrative determination of title --- work with Title Company, Field Office and the Conservation Fund to cure, remove or resolve any unacceptable encumbrances. Task 4: Prepare a Federal Land Transaction Facilitation Act (FLTFA) priority pre-sale plan statewide for State Office review Estimated Contractor Time: 30 calendar days (after completion of Tasks 1 and 2) Deliverable for Task 4: Prepare an inventory/pre-sale plan to establish a 5874 project code from which to spend for activities necessary to identify and pre-screen properties for possible sale. The expectation is to concentrate on urban interface and other areas where an active real estate market will best position BLM to maximize FLTFA sale receipts. At a minimum, the pre-plan must result in the preparation of a list of specific sale tracts and a copy of the respective Land Use Plan (LUPs) statewide. The list will identify all parcels available for sale under approved LUPs, including parcels identified for sale in LUPs approved after July 25, 2000.The contractor will be required to maintain a full and complete public record of internal discussions and documentation of all Federal action and LTAP processes. The contractor will be responsible for attending meetings and participate in constructive communications with property owners, their legal representatives, and BLM employees regarding properties being considered for disposal or acquisition. The date, time and place of such meetings will be coordinated through the COR and the outcomes communicated to all parties involved.Quality AssuranceAll reports and documents prepared by the contractor will be reviewed for compliance with the terms of this Statement-of-Work by the COR and BLM management. Findings of inadequacy, if any, will require clarification and/or correction by the contractor.Government-Furnished Property Available to the ContractorBLM-owned PC and access to BLM network.Access to Lotus Notes for intergovernmental communications.Access to government facsimile machine and government copy machines. Homeland Security Presidential Directive 12 (HSPD-12)Contractor shall comply with all the requirements of HSPD-12. Contractor shall comply will all requirements prior to contract performance.Controversies / IssuesShould controversies or issues be identified by the Contractor during the period of performance, the CO must be immediately notified.Government Furnished MaterialsThe following documents and reports may be accessed by Contractor at the location of record. The Contractor may not remove government furnished material without the written approval of the COR. XBLM/SLO Memorandum Of Understanding regarding Land ExchangesXAll pertinent existing case filesXState Directors BLM/SLO Land Exchange CriteriaXBLM manual H-2200 regarding land exchangesX43 CFR Code of Federal Regulations Contract RequirementsThe Contractor must comply with the standards established by the Code of Federal Regulations 43 CFR, Parts 2100, 2200, and 2710; the BLM Land Exchange Handbook, and all pertinent policies and guidelines regarding the BLM land exchange, land sale, and land acquisition programs. The reports and all information furnished to the Contractor are BLM internal documents and are to be considered confidential by the Contractor. All requests for information concerning the documents must be referred to the COR. Evaluation The provision 52.212-2, Evaluation-Commercial Items, applies with the following additional information as to evaluation factors (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers and are listed in their descending order of precedence: (1) technical capability(2) past performance(3) price Technical and past performance, when combined, are significantly more important than price. Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government. Past performance information may be based on the Government knowledge of and previous experience with the offeror, or other reasonable basis. Technical proposal and price proposal should be two separate documents. The price proposal shall be broken down on a per task basis. Technical Requirements The contractor must have experience processing and developing Federal land exchange proposals, working closely with various private individuals and State governments to formulate exchange proposals that meet BLMs goals of the current Resource Management Plans. The contractor must have title work experience and the demonstrated ability to work with legal representation regarding Preliminary and Final Title Opinions which would have been gained through experience and knowledge of the Department of Justices Title Standards for Federal Land Acquisitions. Contractor must provide documentation supporting this experience. The contractor must have experience with Third party Facilitators on land tenure adjustment projects. Contractor must provide documentation supporting this experience. The contractor must have experience in the appraisal process utilizing the guiding principles of the Yellow Book for Federal land appraisals. Contractor must provide documentation supporting this experience. The contractor must have knowledge of the National Environmental Policy Act (NEPA). The contractor must have experience in drafting NEPA documents. The contractor must have experience in the disposal of lands or the acquisition of non-Federal lands. The contractor must have experience in the preparation of the Notices of Exchange Proposals and Notices of Decisions as they relate to the processing of land exchange actions. The contractor must have previous experience in similar projects in the same geographical area. The following FAR clauses are applicable under this synopsis/solicitation: 52.212-1, 52.212.2, 52.212-3, 52.212-4, 52.212-5, 52,204-7, and 52.212.70. The full text of the above provisions and clauses may be accessed electronically at http://www.arnet.gov/far. Contractors must be registered with the Central Contractor Register (CCR) and the Online Representations and Certifications Application (ORCA) in order to be considered for a government contract. Information regarding these requirements and how to register may be obtained from http://www.ccr.gov and https://orca.bpn.gov. Offers who want to do business with the Bureau of Land Management must be registered in FedConnect (www.fedconnect.net) in order to submit electronic proposals. Offers are being accepted through FedConnect, by facsimile at (505) 761-8911 or by electronic mail to anna_salas-waldo@blm.gov. Offers must be submitted on company letter head with contact information and are due no later than 6:30 pm est., July 8, 2009. For information regarding this RFQ, please contact Anna Salas-Waldo, at (505) 761-8711
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NM/L09PS00715/listing.html)
 
Record
SN01858707-W 20090628/090627001337-2819474d39eefd051997b0429291a90d (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.