Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2009 FBO #2902
SOURCES SOUGHT

B -- Research Real Estate Information

Notice Date
11/2/2009
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MD, 7701 N. Stemmons, Dallas, Texas, 75247, United States
 
ZIP Code
75247
 
Solicitation Number
HSCENV-10-VMI00000002
 
Archive Date
12/3/2009
 
Point of Contact
RAYMOND S TRACEY, Phone: 2149058308
 
E-Mail Address
raymond.tracey@dhs.gov
(raymond.tracey@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
A. Requirement: Yearly access to real estate information, billed monthly for a base year with four one-year options. Contractor is required to provide information on a parcel of land or a property, such as current owner, purchase price, sale dare, lot size, and mortgage information. Contractor shall also be able to provide historical information (as detailed above) for the last three years. Access to the requested information shall be accomplished via the World Wide Web. In addition, provide for multiple sign on id's so several people can query the system at the same time. This type of information is commonly used by real estate professionals in the title and mortgaged industries. Contractor will be required to provide use of their fee-based real property software program on a yearly renewable basis. The program shall provide access to the following features: • Six (6) User ID's • Nationwide access to property records • Ability to query by name, address or parcel number • Ability to create custom searches so you can retrieve suspect properties by seller name For each property retrieved, contractor's software must provide the following information in the form of a comprehensive report: Property Detail - Provides owner name(s), owner mailing address, county, parcel number, legal description, type of residence, lot size, most recent sale with date, time, transaction amount, loan amount, title company, mortgage company and all corresponding book/page numbers to the particular country so that you can go and look it up at the property appraiser's office should you need to. Full Transaction History - A detailed listing containing all of the information provided in the Property Detail Report for each former owner of the property. The Transaction History Report will automatically be provided for the most recent 3 years; however, we pay an additional fee to receive the entire history of a property (since initial assignment of the parcel number). Comparables - Provides an analysis of the recent sales surrounding the parcel taking into account the sales price, year built and size of the neighboring properties. The Comparables also provide a Transaction History report on each property used in the comparison - up to 10 properties. Aerial Street Maps - An aerial view of the 5 or 10 blocks immediately surrounding the property. Document Images - A click of the hyperlink of the book and page will provide you an imaged copy of the deed and/or mortgage contract. Voluntary Lien Information - Provides all pertinent information regarding a past or current lien on a property with a hyperlink to retrieve imaged copies of the documentation. (Available if applicable to the property) Foreclosure Activity - Provides all pertinent information regarding a past or current Lis Pendens on a property including full legal description and hyperlinks to retrieve imaged copies of the Lis Pendens and foreclosure documentation. (Available if applicable to the property) Neighborhood Information - Provides demographic information on the neighborhood where the property is located. ValuePoint Report - Provides the estimated value/value range of a parcel of real property based on market sale information. B. Evaluation Criteria: The Government anticipates awarding one firm fixed price order after June 2010. Evaluation Criteria: A best value determination based on lowest price technically acceptable offer. 1. Technical Acceptability: Technical Acceptability is based on providing the required brand name item or equal, as described above. A quote for an "equal item" must be submitted in accordance with FAR 52.211-6 Brand Name or Equal (see 7 below, clause in full text). 2. Lowest Price. The total price for the order will be evaluated and considered for award. 3. Award will be made only to the quote pricing and providing all the requested information. 4. Vendors submitting information must demonstrate that their product will satisfy the requirement and out put criteria. 5. Delivery terms are FOB destination. 6. Most favored customer pricing is desired. 7..FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) C. Product Samples, technical data and demo software can be submitted to Serge Scutt at Department of Homeland Security, ICE/OI/SAC Miami, FL 33172 for evaluation. D. If you require return of demo product and associated data include postage paid envelope or box and shipping instructions. The Government will not be responsible for cost of returning your submitted package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MD/HSCENV-10-VMI00000002/listing.html)
 
Place of Performance
Address: Attn: Serge Scutt, ICE/OI/SAC MIAMI, 11226 NW 20th Street, Miami, Florida, 33172, United States
Zip Code: 33172
 
Record
SN01996533-W 20091104/091102235237-a3516c809d58189c8e0bc78b1248b3fa (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.