MODIFICATION
R -- Fair Market Appraisal of the Brooklyn Navy Yard (Admirals Row)
- Notice Date
- 4/29/2010
- Notice Type
- Modification/Amendment
- NAICS
- 531320
— Offices of Real Estate Appraisers
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-10-T-0014
- Point of Contact
- Sean P. Imbs, Phone: 9177908172, Shaukat M Syed, Phone: 917-790-8176
- E-Mail Address
-
Sean.P.Imbs@usace.army.mil, shaukat.m.syed@usace.army.mil
(Sean.P.Imbs@usace.army.mil, shaukat.m.syed@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS REPLACES PRESOLICITATION NOTICE FOR W912DS-10-R-0010, FAIR MARKET APPRAISAL OF THE BROOKLYN NAVY YARD, ORGINALLY POSTED ON MARCH 11, 2010. Interested Offerors shall refer to Solicitation Package #2. The U.S. Army Corps of Engineers, New York District intends to issue a Request for Quote (RFQ) Firm-Fixed Priced (FFP) contract for the fair market appraisal of the Brooklyn Navy Yard to include Admirals Row. This property is 6.07 acres, has about 420' frontage on Navy Street, 685' frontage on Flushing Avenue, is zoned M1-2 and is known as TAX BLOCK 2023-LOT 50 and is improved with 10 residential dwellings (B,C,D,E,F,G,H,I K and L), detached garages (450, 452, 639, 463, 464, 429, 437, 438), Timber Shed, shower room building (198), public works maintenance building (429), Quarter J tennis court (710), former parade ground and flagpole, and mature trees along Navy Street and Flushing Avenue. The buildings are eligible to be placed on the National Register of Historic Places (NRHP). As a result of consultation between the New York State Historic Preservation Office, the National Guard Bureau, and a number of interested parties, Building B and the Timber Shed may be restored and rehabilitated in accordance with the National Historic Preservation Act (NHPA) Section 106 process. The appraisal reports shall be prepared in compliance with the Uniform Standards of Professional Appraisal Practice (USPAP), as amended. The minimum reporting standards shall be based on Section 2-2(a) of USPAP CONTENTS OF APPRAISAL REPORT. The reports shall include the following value estimates: [1] Fee Simple as is - Value estimate of lands, buildings and improvements that form the subject property supported by the conclusion of the Highest and Best Use Analysis. [If the appraiser has any questions in regard to the valuation of the above estates, he/she should contact the USACE point of contact before commencing.], and [2] Fair Annual Rental Value. This can be estimated through the use of appropriate and supportable capitalization of the fee simple value. The Solicitation will be posted on April 29, 2010. This procurement is being solicited as SMALL BUSINESS SET-ASIDE. The applicable NAICS CODE is 531320, Offices of Real Estate Appraisers. The small business size is $ 2,000,000.00. The SIC Code is 6531, Real Estate Appraisal Services, not elsewhere classified. BASIS FOR AWARD - Procurement will be based on the lowest priced technically acceptable (LPTA) quote. The successful Offeror must provide a complete fair market appraisal described in the RFQ documents. The successful Offeror must have submitted a clear and concisely written proposal that gives the Government confidence in the Offeror's ability to meet the Government's requirements at the lowest price. Offerors must demonstrate a thorough understanding of project requirements and a commitment to performance in accordance with the RFQ in all aspects of project execution. To be considered acceptable, Offerors shall specifically address each of the evaluation factors. Evaluation Criteria: The evaluation factors are as follows: Factor 1: Past Relative Experience, Factor 2: Past Performance, Factor 3: Qualifications of The Offeror's Personnel. This is a lowest price technically acceptable procurement; lowest price will be the basis of award to the successful Offeror. OFFERORS ARE TO BE ADVISED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. However, the Government reserves the right to enter into discussion if deemed necessary, and if discussions are conducted, the Offerors within the competitive range will be afforded the opportunity to revise their proposal. THE GOVERNMENT WILL NOT ACCEPT QUOTES THAT ARE FAXED OR E-MAILED. Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at http://www.ccr.gov, and Federal Business Opportunity (FedBizOps), located at https://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website https://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (https://www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check https://www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-T-0014/listing.html)
- Place of Performance
- Address: Brooklyn Navy Yard, Brooklyn, Kings County, New York, Brooklyn, New York, United States
- Record
- SN02135436-W 20100501/100429234446-3130186f657dea715faff49df85a2e2d (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 |