SOURCES SOUGHT
R -- Rent Comparability Studies Program-HUD Office of Multifamily Housing-Program Support Services
- Notice Date
- 3/18/2014
- Notice Type
- Sources Sought
- NAICS
- 531320
— Offices of Real Estate Appraisers
- Contracting Office
- Department of Housing and Urban Development, OCPO, Northern (Philadelphia) Field Contracting Operations, Chicago Operations Branch, NFNC, 77 West Jackson Boulevard, Chicago, Illinois, 60604-3507
- ZIP Code
- 60604-3507
- Solicitation Number
- DU205NC-14-RCS-31264
- Archive Date
- 5/30/2014
- Point of Contact
- Gene Hamilton Jackson, Phone: 3129138502
- E-Mail Address
-
gene.h.jackson@hud.gov
(gene.h.jackson@hud.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR SMALL BUSINESS CONCERNS ONLY. THIS IS NOT A REQUEST FOR PROPOSALS AND THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. The US Department of Housing and Urban Development (HUD) is conducting market research to determine the availability, adequacy, and capabilities of potential small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or woman-owned small business concerns, interested in performing Rent Comparability Studies (RCS). All responses must be solely in the form of information and materials. According to FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. The government is under no obligation to issue a solicitation or to award a contract on the basis of this Request for Information (RFI). All costs associated with responding to this RFI will be the sole responsibility of the contractor. The government will treat all submissions as business confidential materials, will become government property, and will not return the submissions. HUD is contemplating issuing a single award Firm-Fixed-Price/Indefinite-Delivery contract, for the HUD Office of Multifamily Housing, in each of the geographical areas consisting of Area I (CT, DE, DC, ME, MD, MA, NH, NJ, NY, PA, RI, VT, VA, VW) Area II (AL, FL, GA, KY, MS, NC, SC, TN), Area III (AR, IA, KS, LA, MO, NE, NM, OK, TX), Area IV (AK, AZ, CA, CO, HI, ID, MT, NV, ND, OR, SD, UT, WA, WY), and Area V (IL, IN, MI, MN, OH, WI). The contactor will furnish the personnel, equipment, materials, and transportation necessary to perform RCSs for each geographical area. Each contract will require the services of appraisers who will prepare RCSs for Section 8 contracts identified by HUD, and process Mark-up-to-Market (MU2M) rent increases using the Operating Cost Adjustment Factors. The contract will require the contractor to perform tasks which include, but not limited to, analyzing Section 8 properties including: Identifying unit types the RCS must cover and classifying unit types as primary or secondary; inspecting and photographing the property and documenting the project's condition, appeal and other characteristics; identifying the property's market area and assessing the neighborhood surrounding the property; computing and adjusted rent for each primary unit; and, using the adjusted rents to derive a market rent for each unit type. This notice seeks only those sources under Product Service Code (PSC), R411, Professional-Real Property Appraisals, North American Industrial Classification System (NAICS) code 531320, Offices of Real Estate Appraisers. The small business size standard for NAICS code 531320 is $7M. Sources Sought Content: 1. The government is requesting SB concerns to limit their written responses to five pages (letter size) in length, single-spaced, 12 point font minimum. 2. SB concerns must submit a capability statement and demonstrate the ability, experience, and skill in conducting Rent Comparability Studies (RCS) consisting of, but not limited to the following: Analyzing Section 8 properties; Selecting comparable units that meet the conditions in Chapter 9 of the HUD Section 8 Renewal Policy Guide Book (see http://www.hud.gov/offices/hsg/mfh/exp/guide/s8renew.pdf); Collecting and documenting data on comparables; Computing an adjusted rent for each primary unit type; Using the adjusted rents to derive a market rent; and, Preparing the report in the format required by the HUD Section 8 Renewal Policy Guide Book. 3. SB concerns must have Certified General Appraisers who meet all the qualifications listed in Chapter 9 of the HUD Section 8 Renewal Policy Guide Book. 4. SB concerns must provide proof (i.e. DUNS number, System for Award Management (SAM) printout, certification letter from Small Business Administration, etc.) that your firm is a Small Business according to NAICS code 531320 (average receipts less than $7,000,000/year). 5. You must identify whether your firm is an 8(a), Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business concern (see www.sba.gov for additional information on small business concerns). 6. SB concerns please provide a narrative of your firm's prior relevant experience and a summary of past performance and a summary of relevant past performance. The narrative must address the salient features for each experience and include a client reference contact for each experience, including name, title, address, e-mail, phone, and facsimile number. Interested SB concerns should also provide a point of contact who can discuss the submitted material. 7. SB concerns must indicate whether you are capable of performing the services in one or more of the identified areas. Respondents who are not capable of performing all the services, or may be capable of partially servicing one or more of the identified areas, must indicate any performance constraints or limited service areas as part of your response. For example, contract Area V includes the states of IL, IN, MI, MN, OH, and WI. Interested sources who are only capable of servicing individual cities, counties, or states within Area V must indicate those specific areas that they are capable of servicing. If any Joint Venture or teaming arrangement, the Lead Contractual firm must qualify as a small business concern according to NAICS code 531320. All respondents are reminded that at least fifty percent of the cost of contract performance incurred for personnel must be expended for employees of the concern according to FAR clause 52.219-14(b)(1)- Limitation on Subcontracting. Interested RCS firms must e-mail their responses to this source sought notice, as the government will not accept mailed or facsimile responses. Scanned responses must be in Adobe PDF, MS Word, or a recognizable image format, such as JPEG.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NF/NFNC/DU205NC-14-RCS-31264/listing.html)
- Record
- SN03313069-W 20140320/140318234451-7decb10bee7c276f29a5bb18431d710b (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 |