SOLICITATION NOTICE
F -- Area Wide Market Analysis - Package #1
- Notice Date
- 7/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531320
— Offices of Real Estate Appraisers
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, North Dakota State Office, 220 Rosser Avenue, Room 278, Bismarck, North Dakota, 58501
- ZIP Code
- 58501
- Solicitation Number
- AG-6633-S-15-0004
- Archive Date
- 8/8/2015
- Point of Contact
- John D Armstrong, Phone: 7015302097, Dale C. Clark, Phone: 6022808804
- E-Mail Address
-
john.d.armstrong@nd.usda.gov, curt.clark@az.usda.gov
(john.d.armstrong@nd.usda.gov, curt.clark@az.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work Exhibit 1 and 2 with county listing and Map of North Dakota Overview of entire Solicitation Natural Resources Conservation Service (NRCS) North Dakota Solicitation No. AG-6633-S-15-0004 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number AG-6633-S-15-0004 is being issued as a Request for Quotations (RFQ). Responses are due by 2:00 p.m. Central Time, July 24, 2015, at USDA-NRCS (Attn: John D. Armstrong), 220 East Rosser Ave Room 278 Bismarck ND, 58501. Quotes may be submitted via e-mail or hard copy to contact listed herein. Contact John D. Armstrong, Procurement Technician, via telephone at (701)-530-2097 or by e-mail at john.d.armstrong@nd.usda.gov for information regarding this solicitation. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-66. The Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses and provisions referenced in this solicitation can be found respectively in full text format at http://www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar04.pdf. This acquisition is set-aside for Small Businesses. The North American Industry Classification System (NAICS) Code is 531320. The small business size standard is $7 million. Active CCR registration is required in the System for Award Management (SAM) throughout the period of performance; https://www.sam.gov/portal/public/SAM/ Award will be made to the responsible offeror whose proposal is responsive to the terms of the RFQ and is more advantageous to the government. The estimated commencement date of the contract is July 30, 2015. It is estimated that all work should be completed by September 4, 2015 (approximately 35 calendar days). Description of services include providing an Area-wide Market Analysis (AWMA) for all 53 Counties for our Agricultural Conservation Easement Program - Wetland Reserve Easement (ACEP-WRE). This work would include examining both Cropland values and Grassland values for ACEP-WRE. See attached scope of work for each program and regional map. Price includes all costs including travel. The estimated price range for this work is $25,000 to $100,000; however, quotes may be submitted for less than $25,000. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items shall be completed and submitted with the proposal. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition and the following evaluation criteria (arranged in their order of importance) shall be used to evaluate offers: Qualifications, Past Performance, and Cost. The following factors shall be used to evaluate offers: FACTOR 1 - Technical Capability/Qualifications Appraiser Qualifications All real property appraisers performing appraisals, and appraisal reviews, shall be a State Certified General Real Property Appraiser, or obtain a temporary practice permit, in conformance with Title XI of the Financial Institution's Reform, Recovery and Enforcement Act of 1989 in the state(s) where the subject property is located and be in good standing with the licensing authority where the credential was issued. Appraiser must have demonstrated competency in compliance with USPAP in conducting appraisals of agricultural properties Solicitation No. AG-6633-S-15-0004 of the requested type. A copy of the appraiser's state license or practice permit shall be provided to the contracting officer (CO) at the time of bid submission. Work will not be granted until such time as the CO has reviewed and approved the licensing credentials, and the experience requirements of the contractor and any subcontractors. If the appraiser 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(s) where the subject property is located, be in good standing with the licensing authority where the credential was issued. Proof of the sub-contractor's qualifications and experience requirements must be supplied within 10 days of contract award. Appraiser and any subcontractor must have demonstrated competency in compliance with USPAP in conducting appraisals of agricultural properties with and without conservation easements. In the event the contractor wishes to change personnel or subcontractors, the contractor shall submit the same proof of qualifications and licensing. Approval shall be obtained from the CO prior to the assignment of appraisal work to such individuals. Failure to obtain such approval may invalidate the award and cause termination of the contract in accordance with Federal Acquisition Regulation 52.249-8. The offeror's relevant technical experience will be evaluated to assess the offeror's understanding of the requirement, establish a level of performance risk, and determine whether the offeror will be successful based on past technical experience. The Government will evaluate the proposed staffing approach to assess the offeror's understanding of the requirement to provide personnel with the required knowledge, skills, and qualifications to fulfill the requirements of the statement of work. To be considered technically acceptable the offeror must demonstrate a clear understanding of all requirements and demonstrate that as a contractor it has technical expertise in conducting the described work. Knowledge of federal government easement program requirements and procedures will receive additional weight.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NDSO/AG-6633-S-15-0004/listing.html)
- Place of Performance
- Address: The entire State of North Dakota will be used for the Area Wide market Analysis. There is a total of (53) counties., North Dakota, 58501, United States
- Zip Code: 58501
- Zip Code: 58501
- Record
- SN03800245-W 20150718/150716235949-efb7741a7579b375ef303e6c9c0dace8 (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 |