Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2015 FBO #5108
DOCUMENT

B -- VISN 20 BPA Appraisal Services RFI posted to FBO and GSA 11-16-2015 through 11-30-2015 - Attachment

Notice Date
11/16/2015
 
Notice Type
Attachment
 
NAICS
531320 — Offices of Real Estate Appraisers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26016N0061
 
Response Due
11/30/2015
 
Archive Date
2/28/2016
 
Point of Contact
Adrienne A Umathum
 
E-Mail Address
6-2796<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Adrienne Umathum at Adrienne.Umathum@VA.Gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by 30 November 2015 at 1600. The intended contract period is a one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following information to Adrienne Umathum at Adrienne.Umathum@VA.Gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 541512 - Computer Systems Design Services. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $25.5 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern the draft SOW below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the Draft SOW. 5) How is the service, as described in the draft SOW typically priced? How could it be priced for a Government contract? 6) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. The DRAFT SOW as follows: Thank you for your participation. STATEMENT OF WORK Commercial Appraisal Services-DRAFT 1.Requirement: The Requirement is for appraisal services; the appraisal services are required for assessment of real property in the following states: Alaska, Oregon, Washington and Idaho which comprise of Veteran Integrated Services Network 20 (VISN 20) medical centers and community based outpatient clinics, as well as any other Department of Veteran Affairs identified commercial space, that would require appraisal services with in any 400 mile radius of our medical centers in the Department of Veteran Affairs effort to expand its footprints. Medical Centers to be identified in Appendix A. (a)The purpose of this requirement is to establish a Blanket Purchase Agreement (BPA) with a single contractor to provide a complete analysis of real property at the need to of the VA, this BPA will be a one year with four one year options and will be activated through a call placed to the contractor in the form of a task order at the time an appraisal is required, these task orders will be executed by the Network Contracting Office 20, Leasing Team. (b)The selected vendor shall prepare and deliver a complete appraisal report for the subject property in accordance with, and subject to, the Standards of Professional Practice and Code of Ethics of the Appraisal Institute and the Uniform Standards of Professional Appraisal Practice (USPAP, latest ed.). It should be understood that the appraisal report would be subject to careful review; therefore, the report must be fully detailed with all items substantiated and justified by appropriate information and data, so that reviewers will find validity in the appraiser's conclusions. Any deficiencies, which in the reviewer's opinion require further substantiation, and or work, must be performed as a supplement to the reviewer's satisfaction, at the appraiser's expense. The appraisal report is an important document that serves as a material aid in negotiations, and a basis for commitments that binds the Department of Veterans Affairs. It is essential that the appraisal's content reveal that the appraiser has made an adequate study and analyses of the appraisal problem and has considered all available, pertinent and reliable data and that sound and logical reasoning is used in developing value conclusions. (c)The selected vendor shall perform the appraisal services requested at the VA discretion and applied to any hypothetical conditions which may be applied at the condition of the VA medical center; these conditions will be provided to appraiser at the discretion of the government, which can be referenced in the report as such. 2. Minimum requirements for selection of appraiser: (a)An employed staff with current certification/licensure that cover the following states: Alaska, Idaho, Oregon and Washington. (b)MAI designation as identified at website: http://www.appraisalinstitute.org/designation- Requirements. (c)Training, experience, and licensure to conduct commercial appraisals of administrative office space, Clinical space, hospital space or any combination thereof. 3.Execution: Appraiser is to exclude the value of special-purpose, medically related Improvements, listed on Schedule B of VA's Solicitation for Offers, attached to this Statement of Work. The appraiser may be asked to exclude additional items, at VA's discretion. 4.Inspection: (a)Appraisals will be performed in narrative form and will include all essential data to disclose the purpose of the appraisal, the scope of the appraisal problem, and the principle methods and reasoning process employed, and all available pertinent supporting data to sustain the appraiser's final conclusion as to value. Items such as photographs, sketches, charts, and exhibits, etc., are considered integral parts of each report (b)The inspection of the subject properties, all analyses, and the formation of all conclusions, is to be made only by the appraiser named herein. Made only by certified appraiser unless identified (c)The appraisal must consist of: i.A market analysis of the real property which will be evaluated for the purpose of estimating the fair market value of property (building and site) to be leased by VA as a Medical Community Outreach-Based Clinic or otherwise identified commercial property. ii.Formatting examples at minimum as listed in Appendix B. iii.The report must contain the 5 approaches to value: (1) cost (2) income, and (3) market value (4) all tools used for appraisal (5) Travel. iv.The report must contain GSA forms, which can be found on Appendix C i.1214B Outline for Lease Appraisal ii.1241 Contract for appraisal Report iii.1241D Definition of terms iv.1241E Lease Appraisal (d)The appraisal must contain estimates of: i.The fair market fee simple value of the property; ii.The fair market rental value for lease purposes (FMRVLP) expressed as an annual total dollar amount. The annual rental must be stated on the basis of two rates: "Un-serviced - Government pays all utilities and janitorial services; and "Serviced - Lessor pays all utilities and janitorial services. GSA Form 1217 is provided for your use. (e)Report must not exceed 75 pages. 5. Properties to be evaluated: (a)Properties to be evaluated will be identified on an induvial basis at time of task order execution and award which will be determined on an individual need derived from the Department of Veteran Affairs. Upon award of task order the selected vendor shall be authorized to receive the address, rental square footage, and any items received as part of the proposal to the VA for the subject property. (b)A non-disclosure agreement (NDA) will be required for every tasks order. (c)Commercial space to be valued upon Fair market rental value of a building will be authenticated to the vendor at conception of each task order award. 6.Deliverables and Schedule: The appraiser shall provide the following items to VA as a pdf file, either via e-mail or via overnight delivery: (a)Within five (5) business days after BPA task order award, a one-page narrative summary letter to identify timeline and appraiser assigned along with contact information and license number to CO. (b)Within fifteen (15) business days after task order award, the complete appraisal report to be delivered to the contracting officer (c)Specific dates identified at the task order level. (d)If expedition is requested as emergency under any BPA task order, the government requests the right to request the complete appraisal within 7 business days. ? APPENDIX A Location of medical Centers in VISN 20 1.Department of Veterans Affairs Alaska Health Care System and Regional Office 2925 DeBarr Road Anchorage AK 99508-2989 2.Department of Veterans Affairs Boise VA Medical Center 500 West Fort Street Boise ID 83702 3.Portland VA Medical Center 3710 SW US Veterans Hospital Road Portland OR 97239 4.Roseburg VA Medical Center 913 NW Garden Valley BLVD Roseburg, OR 97470 5.American Lake VAMC Puget Sound Health Care System 9600 Veterans Drive Tacoma, WA 98493 6.Seattle VAMC Puget Sound Health Care System 1660 S Columbian Way Seattle WA 98108 7.Department of Veterans Affairs Spokane VA Medical Center 4815 North Assembly Street Spokane WA 99205 8.Department of Veterans Affairs Jonathan M. Wainwright Memorial VA medical Center 77 Wainwright Walla Walla WA 99362 9.VA SORCC (White City) 8495 Crater Lake HWY White City OR 97503 APPENDIX B - ATTACHMENTS 1.Appraisal must be structured as the attached table of contents. 2.GSA forms i.1214B Outline for Lease Appraisal ii.1241 Contract for appraisal Report iii.1241D Definition of terms iv.1241E Lease Appraisal
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a7eedc5bf33b157e79d6e24097c119d2)
 
Document(s)
Attachment
 
File Name: VA260-16-N-0061 VA260-16-N-0061.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2420013&FileName=VA260-16-N-0061-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2420013&FileName=VA260-16-N-0061-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03946451-W 20151118/151116234204-a7eedc5bf33b157e79d6e24097c119d2 (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.