SOLICITATION NOTICE
R -- Multiple Award Appraisal & Consulting Services Indefinite Delivery Indefinite Quantity (IDIQ) - Texas Map - Multi-State Map - RFP Appraisal & Consulting Services IDIQ
- Notice Date
- 10/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531320
— Offices of Real Estate Appraisers
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- GS-07P-11-UD-D-0009
- Point of Contact
- LeRoy (Roy) W. Rushing, Phone: 817-978-0294, Jason M McCall, Phone: 817-978-7458
- E-Mail Address
-
leroy.rushing@gsa.gov, jason.mccall@gsa.gov
(leroy.rushing@gsa.gov, jason.mccall@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFP Appraisal & Consulting Services Multiple Award IDIQ. Multi-State Map Texas Map This is a combined synopsis/solicitation for a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included in this notice. The solicitation number is GS-07P-11-UD-D-0009 and is issued as a Request for Proposal (RFP). The associated North American Industrial Classification System (NAICS) code for this procurement is 531320. The General Services Administration, Public Building Service, Greater Southwest Region (R7) intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQs) to small business firms capable of providing appraisal services for real property appraisal and disposal services. This is a Total Small Business Set Aside. The applicable NAICS code is 531320, with a business size standard of $2.0M. The contractor shall furnish all appraisal services according to the specifications incorporated with this solicitation. The appraiser must be a State Certified General Real Property Appraiser licensed in the state in which the appraisal takes place and be in good standing. The appraisals must be completed in compliance with the Uniform Standards of Professional Appraisal Practice and appraisal instructions by GSA. GSA envisions entering into a IDIQ for several geographical reqions including AR,LA,NM, OK, MT, MO, WY, TX, KS, CO, NE, NE, ND & SD, UT, and IA, with qualified offerors capable of providing appraisal services. The amount of IDIQs awarded will be determined by the amount of qualified offerors that are capable of supporting certain geographical areas as well as secondary coverage of one region to another. For each work assignment, the Government will request appraisal services through the issuance of a task order from those firms that have been awarded IDIQs. PERIOD OF PERFORMANCE: Appraisal services are being sought for a period of one (1) twelve (12) month base period and four (4) twelve (12) month options years. The anticipated award date is December 1 st, 2011. STANDARDS AND RESPONSIBILITIES: 1) Must be a state certified general appraiser licensed in the region or state of the firm is submitting a proposal for and be in good standing. 2) The appraiser must have demonstrated compentency in compliance with USPAP in conducting appraisals of federal properties of the requested time. A copy of the appraiser's state licensed or practice permit shall be at the time of proposal submission. If the contractor elects to sub-contract the appraisal work, the sub-contractor must also be a State Certified General Real Property Appraiser or obtain a temporary practice permit in the state where the subject property is located. Proof of the sub-contractor's qualifications and license must be supplied at the time of proposal submission. The provisions of FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Offerors must submit a completed copy of the provisions of FAR 52.212-3 Offerors representations and Certifications - Commercial Items with their offer. In addition, the provisions of FAR 52.212-4 Contract Terms and Conditions - Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this solicitation and are attached. EVALUATION PROCEDURES: The following factors shall be used to evaluate offers: The Evaluation Factors for this procurement are listed in descending order; Appraiser Qualifications, Past Performance, Technical Approach, Quality Control Plan/Key Personnel Assurances, when combined the technical factors are significantly more important than price. Each evaluation factor, though requesting different information, is meant to help establish the offeror's overall capability of providing the types of services outlined in this RFP. Criteria specific to each evaluation factor have been detailed in the individual proposal sections in Section L. ADDITIONAL INFORMATION FOR YOUR CONSIDERATION Central Contractor registration (CCR) and Payment Information In accordance with FAR 4.1102, the Government requires contractors be registered in the Central Contractor Registration (CCR) database in order to facilitate Electronic Funds Transfer (EFT) payment for deliveries or performance under the respective task orders. The contractor may register for CCR at http://www.ccr.gov/. Refer to FAR clause 52.232-33. The Data Universal Number System (DUNS) number is the primary vendor identifier in CCR. Therefore, to facilitate payment, include your DUNS number on every invoice submitted to General Services Administration. Organizational Conflict of Interest The contracting officer is unaware of any organizational conflicts of interest that may exist with respect to your company accepting this request for proposal, nor is the contracting officer aware of any organizational conflicts of interest that may exist with respect to any employees of your company working on a task order for the services described in Enclosure (1). Pursuant to FAR Subpart 9.504 Contracting officer responsibilities, paragraph (e), the ordering contracting officer cannot award a contract to any company for whom a conflict of interest is determined to exist which cannot be avoided or mitigated. If a conflict of interest is determined to exist with the apparently successful contractor, then the ordering contracting officer shall notify the contractor, provide the reasons, and give the contractor a reasonable opportunity to respond. Questions Concerning this Request for Proposal Any questions concerning this request for Proposal must be submitted by e-mail or fax Roy Rushing at leroy.rushing@gsa.gov before 2:00pm on the 14th working day after this request for proposal is released. PROPOSAL INSTRUCTIONS See Section L of the RFP for proposal instructions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-11-UD-D-0009/listing.html)
- Place of Performance
- Address: General Services Administration, Public Building Service, Greater Southwest Region, Acquisition Management Division (7PQA), 819 Taylor Street, RM 12B1, Fort Worth, Texas, 76102, United States
- Zip Code: 76102
- Zip Code: 76102
- Record
- SN02605787-W 20111014/111012234133-7f39b500d5536da97ee8eed3aba9e698 (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 |