SOLICITATION NOTICE
R -- Appraisal of Fort Douglas Armed Forces Reserve Center (AFRC)
- Notice Date
- 4/8/2020 9:57:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531320
— Offices of Real Estate Appraisers
- Contracting Office
- R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
- ZIP Code
- 02222
- Solicitation Number
- 47PB0020Q0006
- Response Due
- 4/29/2020 3:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- David Mark, Phone: 6175319092, Huy Le
- E-Mail Address
-
david.mark@gsa.gov, Huy.le@gsa.gov
(david.mark@gsa.gov, Huy.le@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION SOLICITATION NUMBER: 47PB0020Q0006 (GSA Case #UT-00019-S) GSA DIVISION: R7 Real Property Utilization & Disposal Division (7PZ) DECRIPTION OF SERVICES: Appraisal of Fort Douglas Armed Forces Reserve Center (AFRC) - Land & Improvements, Salt Lake City, Utah LOCATION OF SERVICES:� Salt Lake City, Utah PERIOD OF PERFORMANCE:�90 Days (See Deliverable Schedule in Performance Work Statement) POINTS OF CONTACT David Mark, Contracting Officer U.S. General Services Administration (GSA) T.P. O�Neill Federal Office Building 10 Causeway Street, Room 1100 Phone: 617-531-9092 E-mail: david.mark@gsa.gov QUOTATION DUE DATE & TIME:� Wednesday, April 29, 2020 � 4:00 P.M. Mountain Time PRE-SOLICITIATON QUESTIONS:� Offerors may submit questions regarding the solicitation via email to GSA Contracting Officer (CO) David Mark� no later than Wednesday, April 15, 2020 � 4:00 P.M. Mountain Time. GSA will provide all Offerors the unattributed list of all questions and answers. Offerors shall reference page # and paragraph # along with questions / clarifications requested. Only questions submitted by email will be answered. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart�12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. � 2. The solicitation number is 47PB0020Q0006 and is issued as a Request for Quotation (RFQ). � 3.�The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04/01-15-2020.� � 4. This acquisition is issued as a 100% set-aside for small business. The associated NAICS code is 531320, Offices of Real Estate Appraisers, and the small business size standard is $7.5 million average annual receipts. � 5. Description/Statement of Work/Specification ����������� (SEE ATTACHED PERFORMANCE WORK STATEMENT (ATTACHMENT 1)) � 6. Contractor has 90 days from award to complete project (See Deliverables Schedule in PWS).� FOB: Destination � 7. FAR Provision 52.212-1, Instructions to Offerors�Commercial, is incorporated into this solicitation by reference subject to the modifications shown below (OFFEROR IS HIGHLY ENCOURAGED TO READ FAR 52.212-1 IN ITS ENTIRETY AS THE UNCHANGED PORTIONS OF THE PROVISION ARE NOT SHOWN BELOW): �� ������(b)�Submission of offers. Offerors shall submit signed and dated offers to the Contracting Officer, David Mark, via email at david.mark@gsa.gov on or before 4:00 PM Mountain Time on Thursday, 04/30/2020. The Offeror�s quotation shall include the following information: the solicitation number; the time specified in the solicitation for receipt of offers; and the name, address, and telephone number of the offeror. Offers may be submitted on letterhead stationery or as otherwise specified in the solicitation. The offeror�s Quotation shall be submitted in the following format:����������� Part 1: Technical Approach � Provide a brief narrative describing your proposed approach to solving this appraisal problem and accomplishing the required tasks under this solicitation. Part 2: Past Performance and Similar Experience � The offeror shall provide a list of examples of appraisals of similarly-complex properties that were conducted by the Key Personnel listed in Part 3 below. Include a brief description of each appraisal, highlighting the efforts and responsibilities of, the Key Personnel.� Offeror shall also provide References� name, company contact name, phone number, email address and address. GSA may contact all references. PREFERENCE SHALL BE GIVEN TO PROJECTS PERFORMED IN UTAH. Part 3: Key Personnel � The offeror shall provide a short description of the proposed project team, describing each person�s role. Include resumes/qualification for all Key Personnel.� At a minimum the offeror must assign as a Key Person an Appraiser who is currently a Certified General Real Estate Appraiser in good standing in the state of Utah (Offers that do not provide a copy of the Key Person�s Utah General State Certification for Real Estate Appraisal shall not be considered for award). The Offeror shall utilize only the Key Personnel identified in this Part of the Offeror's quotation to perform the primary services required under the resulting contract. It is understood that other work may be provided by employees that are not Key Personnel. No Key Personnel substitutions shall be made without prior written approval of the Contracting Officer. In the event Key Personnel named in the quotation are unable to perform, the Offeror shall promptly submit to the Contracting Officer a written detailed explanation of the circumstances necessitating a substitution, including all necessary information on the qualifications of the proposed substitute. Part 4: Price � The Offeror shall provide a detailed price proposal that includes proposed personnel, labor rates and rate categories (including the number of hours to be utilized with each labor category/rate). �Travel (if any) and other direct costs shall also be broken out.���Travel costs must be in accordance with the Federal Travel Regulations) The offer shall also include: i) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. �(End of provision) 8. FAR Provision 52.212-2, Evaluation-Commercial Items, is incorporated into this solicitation by reference subject to the modifications shown below (OFFEROR IS HIGHLY ENCOURAGED TO READ FAR 52.212-2 IN ITS ENTIRETY AS THE UNCHANGED PORTIONS OF THE PROVISION ARE NOT SHOWN BELOW): (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 shall be used to evaluate offers: ����������� 1) Technical Approach; ����������� 2) Past Performance and Similar Experience; ����������� 3) Key Personnel; and ����������� 4) Price � For this solicitation, non-price factors, when combined, are considered more important than price. � � ��������������������������������������������������������������������� (End of provision) � 9. Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications�Commercial Items (DEC 20149), with their offer. Offerors may complete FAR 52.212-3 online at SAM: https://www.sam.gov/SAM/.� An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. � 10. FAR Clause 52.212-4, Contract Terms and Conditions�Commercial Items (MAY 2014), is incorporated into this solicitation by reference (OFFEROR IS HIGHLY ENCOURAGED TO READ FAR 52.212-4 IN ITS ENTIRETY AS THE CLAUSE IS NOT SHOWN BELOW). 11. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (JAN 2020) is incorporated into this solicitation by reference subject to the modifications shown below (OFFEROR IS HIGHLY ENCOURAGED TO READ FAR 52.212-5 IN ITS ENTIRETY AS THE UNCHANGED PORTIONS OF THE CLAUSE ARE NOT SHOWN BELOW): ������ (b)�The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ������������ ����������� 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct�2018) (Pub. L. 109-282) (31�U.S.C.�6101�note). ���������� 52.219-6, Notice of Total Small Business Set-Aside (Nov�2011) (15�U.S.C.644).������������ ���������� 52.219-28, Post Award Small Business Program Rerepresentation (Jul�2013) (15�U.S.C.�632(a)(2)). ������������52.222-3, Convict Labor (June�2003) (E.O.11755). ������������52.222-21, Prohibition of Segregated Facilities (Apr�2015). ����������� 52.222-26, Equal Opportunity (Sept�2016) (E.O.11246). ����������� 52.222-36, Equal Opportunity for Workers with Disabilities (Jul�2014) (29�U.S.C.793). ���������� 52.222-50, Combating Trafficking in Persons (Jan�2019) (22�U.S.C.�chapter�78�and E.O. 13627). ��������� 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ����������52.225-13, Restrictions on Certain Foreign Purchases (June�2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). �����������52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct�2018) (31�U.S.C.�3332). (End of clause) 12. Offers are due by Wednesday, April 29, 2020, 04:00 P.M. Mountain Time. � 13. Submit offers to the following e-mail addresses by the offer due date and time:� ������� e-mail to david.mark@gsa.gov. � 14. Any and all questions regarding this solicitation shall be submitted in writing to david.mark@gsa.gov �no later than Wednesday, April 15, 2020, 04:00 P.M. Mountain Time. � ATTACHMENTS (1):� �Performance Work Statement �����������������������������������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/df180b4d208c407fa00ea25d5090a804/view)
- Place of Performance
- Address: Salt Lake City, UT 84113, USA
- Zip Code: 84113
- Country: USA
- Zip Code: 84113
- Record
- SN05614320-F 20200410/200408230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |