Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2010 FBO #3288
SOLICITATION NOTICE

B -- Property Appraisal

Notice Date
11/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531320 — Offices of Real Estate Appraisers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-11-Q-0003
 
Archive Date
12/23/2010
 
Point of Contact
James D. Suerdieck, Phone: 3014477244, Gary Patrick Topper, Phone: 301-447-7280
 
E-Mail Address
james.suerdieck@dhs.gov, gary.topper@dhs.gov
(james.suerdieck@dhs.gov, gary.topper@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is Request for Quote (RFQ) number HSFEEM-11-Q-0003. Provisions and clauses in effect through Federal Acquisition Circular 05-46 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/. The NAICS code is 531320, with a small business size of $2 million. This acquisition is 100% set-aside for Small Business Concerns. All qualified Small Business Concern vendors are encouraged to submit a quote. The Federal Emergency Management Agency request quotes from qualified sources capable of providing real property appraisal services in Anniston, Alabama. Specifically, the contract shall provide the following: STATEMENT OF WORK PROPERTY APPRAISAL for Center for Domestic Preparedness (CDP), Anniston, AL 1. Scope This Statement of Work (SOW) details the requirements to provide the Center for Domestic Preparedness (CDP), Federal Emergency Management Agency (FEMA), Department of Homeland Security (DHS), an appraisal by a Certified General Real Property Appraiser to perform an appraisal to determine fair market value for 15 buildings on 40.4 acres at 3 locations on the former Fort McClellan property in Anniston, AL. 2. Background The Center for Domestic Preparedness is located at 61 Responder Drive, Anniston, Alabama 36205. The CDP develops and delivers training for emergency response providers from state, local, and tribal governments; and, when appropriate, the federal government, foreign governments, and private entities. The CDP, Anniston, AL, is preparing a Business Case. CDP's desire is to purchase currently leased property. FEMA Headquarters stated that CDP must have a recent appraisal on hand in order to move forward with the Business Case. The purpose of this request is to have all of the currently leased property appraised. There are 3 separate locations to be appraised. Each location requires a separate appraisal, for 3 appraisals total. The appraisals shall be conducted on the locations and properties listed in the below Objectives in a timely manner. 3. Objectives An appraisal shall be performed by a Certified General Real Property Appraiser to determine fair market value for 15 buildings on 40.4 acres at 3 separate locations on the former Fort McClellan property in Anniston, AL. The 3 separate locations are as follows: 1. 153,147 SF in the Advanced Responder Training Area on 23 acres. This area is utilized primary for training responders and storage. The Square Footage of the Building the new 911 Address, the old Fort McClellan Building Number, the Physical Address of the Property, the Parcel Number and PIN # are listed below: • 39,777 SF at 640 (500) Freemont Road - 1805151005001.000 and the PIN# is 84263 • 30,070 SF at 160 (501) Good Road - 1805151005001.000 and the PIN# is 84263 • 5,796 SF at 162 (502) Good Road - 1805151005001.000 and the PIN# is 84263 • 19,502 SF at 363 (503) Wall Street - 1805151005001.000 and the PIN# is 84263 • 8,502 SF at 333 (504) Wall Street - 1805151005001.000 and the PIN# is 84263 • 49,500 SF at 303 (505) Wall Street - 1805151005001.000 and the PIN# is 84263 2. 100,891 SF in the Lodging Complex on 11.2 acres. This area will be utilized for lodging and feeding of responders. The Square Footage of the Building the new 911 Address, the old Fort McClellan Building Number, the Physical Address of the Property, the Parcel Number and PIN # are listed below: • 4,847 SF at 44 (934) Dekalb Court - 1805154021001000 and the PIN# is 84282 • 30,399 SF at 28 (935) Dekalb Court - 1805154021001000 and the PIN# is 84282 • 4,847 SF at 136 (936) Dekalb Court - 1805154021001000 and the PIN# is 84282 • 30,399 SF at 210 (937) Dekalb Court - 1805154021001000 and the PIN# is 84282 • 30,399 SF at 78 (938) Dekalb Court - 1805154021001000 and the PIN# is 84282 3. 65,839 SF in the Lodging Complex on 6.2 acres. This area is utilized for lodging, and registration of responders. The Square Footage of the Building the new 911 Address, the old Fort McClellan Building Number, the Physical Address of the Property, the Parcel Number and PIN # are listed below: • 30,399 SF at 294 (940) Dekalb Court - 1805154021001000 and the PIN# is 84282 • 30,399 SF at 322 (941) Dekalb Court - 1805154021001000 and the PIN# is 84282 • 4,847 SF at 320 (939) Dekalb Court - 1806143015001000 and the PIN # is 84237 • 194 SF at 320 (939) Dekalb Court - 1806143015001000 and the PIN # is 84237 Most of the property documents are available at the Calhoun County Tax Assessors Office located at 1702 Noble St, Anniston, AL, 36201 (Phone 256-241-2855) or the information can be found at www.calhouncounty.org. 4. Deliverables The following shall be delivered to the Government Technical Point of Contact within 30 days of contract award: Appraisal Reports: (2) Hard Copies of each Appraisal Report per Location (3 locations) (1) Electronic Copy (MS Word or Adobe PDF) of all 3 location Appraisal Reports Each location shall have a separate appraisal report. The two hard copy appraisal reports for each location (3 locations) shall be submitted by common carrier delivery or hand carry to the Government Technical Point of Contact. The electronic copy of the report shall be submitted to the Technical Point of Contact via email or on electronic media (CD/DVD). All appraisal reports shall be made under the guidelines of the Institute of Real Estate Appraisers and set forth the identification, value, and assumptions and limiting conditions. 5. Government Points of Contact Technical Point of Contact: To be provided upon Award Facility Operations Specialist Center for Domestic Preparedness, FEMA U.S. Department of Homeland Security P.O. Box 5100 490 Care Drive Anniston, Alabama 36205 256-231-XXX xxxxxx.xxxxxxxx@fema.gov Contracting Officer: Gary P. Topper National Emergency Training Center, FEMA 16825 South Seton Ave. Emmitsburg, MD 21727 301-447-7280 Gary.topper@dhs.gov 6. Contractor Qualifications All work under this contract shall be performed by a Certified General Real Property Appraiser. 7. Place of Performance See Section 3 Objectives for a list of properties and addresses to be appraised. For the purpose of conducting the appraisal of the subject properties listed in the objectives, all of the areas shall be accessed during normal duties hours at CDP, Monday - Friday, 7:30 - 16:00. All other work necessary for the performance of this contract shall be performed at the contractor's site. 8. Security Requirements Individuals shall be cleared through the DHS, Security Section at CDP. Individuals shall contact the Security Department at 256-847-2100/2061, and provide their SSN, DOB and full name. This information shall be provided 2 weeks in advance of the anticipated work date. Contact Government Technical Point of Contact for access to the locations/facilities specified in the objectives. 9. Period of Performance 30 days from contract award. 10. Government Furnished Equipment (GFE) There is no GFE associated with this contract. 11. Contractor Furnished Property The contractor shall provide all necessary supplies, equipment, and property necessary to perform under this contract. EVALUATION FACTORS FOR AWARD: FEMA intends to award one Firm Fixed Price Purchase Order based on Low Priced Technically Acceptable (LPTA). Evaluation of price will be based on the offeror's aggregate price for all supplies or services as required above. Factor 1 - Technically Acceptable means offeror provides the services and deliverables as detailed in the above Statement of Work. All offerors shall meet the Contractors Qualifications. All items shall be quoted; incomplete quotes may not be considered. This is an "All or Nothing" acquisition. Offerors shall affirm their ability to meet the period of performance. Factor 2 - Price, inclusive of any shipping costs to Anniston, AL (36205), shall be evaluated. Award will be made on the basis of the lowest evaluated price of the quote meeting or exceeding the Factor 1. Past performance is not an evaluation factor for this acquisition. The offeror's initial quote shall contain the offeror's best terms from a total price (including any applicable shipping costs) and technical standpoint. The Government intends to evaluate quotes and award a purchase order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) Offerors are reminded to include a completed copy of 52.212-3 with RFQ response, or provide an affirmative response that the offeror is registered in ORCA and all information in ORCA is current and complete. All clauses shall be incorporated by reference or full text in the purchase order. Additional contract terms and conditions applicable to this procurement are: Invoice Instructions: An invoice is a written request for payment under this contract for supplies delivered or for services rendered. Payment of invoices submitted under this contract shall be made in accordance with the terms and conditions of the Prompt Payment clause and in accordance with the provisions of other clauses in this contract. Failure or refusal to provide the following information on all invoices submitted under this contract may result in the invoice being considered improper for payment in accordance with the Prompt Payment clause. In order to be proper, an invoice must include, as applicable, the following: a. GENERAL INFORMATION 1. Name of Contractor 2. Invoice date 3. Contract number (including order number, if any), contract line item number, contract description of supplies or services, quantity, contract unit of measure and unit price, and extended total. 4. Shipment number and date of shipment (bill-of-lading number and weight of shipment will be shown for shipments on Government bills of lading). 5. Name, title, phone number and complete mailing address of responsible Official who can be contacted in the event of an improper invoice, if there are questions, or additional information is needed by this agency to process payment. 6. Any other information or documentation required by other provisions of the Contract (such as evidence of shipment). 7. Invoices shall be prepared and submitted to the following addresses: Original and 2 copies of invoice shall be sent to: Department of Homeland Security Federal Emergency Management Agency Center for Domestic Preparedness Attn: Vendor Payments (James Andruszewski) P.O. Box 5100 61 Responder Drive Anniston, AL 36205-0100 Another copy of invoice shall be sent to: Department of Homeland Security Federal Emergency Management Agency FEMA Finance Center P.O. Box 800 Berryville, VA 22611 In addition to the hardcopy invoices mailed to the addresses above, contractors may also submit a copy electronically to the following address: FEMA-Finance-Vendor-Payments@fema.gov b. ELECTRONIC FUNDS TRANSFER (EFT) INFORMATION 1. The contractor should include the EFT information set forth below on all invoices submitted for payment under this contract. Failure to provide the information or failure to notify this agency of changes to this information may result in delays in payments and/or rejection of the invoice in accordance with the Prompt Payment clause of this contract. The following EFT information should be submitted on each invoice: (a) Routing Transit Number (RTN) - The contractor shall provide the current 9-digit RTN of the payee's bank (b) Payee's account number (c) Contractor's Tax Identification Number (TIN) (The EFT information submitted must be that of the contractor unless there is an official Assignment of Claims on file with the payment office.) If at any time during the term of this contract, the contractor changes any EFT information, (i.e. financial agent, RTN, account number, etc.) the new EFT information must replace the old EFT information on subsequent invoices submitted under this contract. To avoid delays in processing invoices, the contractor must also submit written notification of EFT information changes to the office designated in this award document as soon as the new information is known to the contractor. This notification must be in writing and signed by the individual authorized by the contractor to make such changes. Other Administrative Instructions: Central Contractor Registration (CCR). In accordance with FAR 52.212-4, Offerors shall be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Please submit email quotes (using PDF, MS Word or Excel attachments) to James Suerdieck at james.suerdieck@dhs.gov. Quotes are due by 4:00 pm Eastern on 08 DEC 2010. Any questions must be addressed to James Suerdieck by email only NLT 06 DEC 2010. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-11-Q-0003/listing.html)
 
Place of Performance
Address: 61 Responder Drive, Anniston, Alabama, 36205, United States
Zip Code: 36205
 
Record
SN02333173-W 20101125/101123234717-b0b9e2df2787f97a08c273a76ed2b725 (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.