Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2020 SAM #6692
SOURCES SOUGHT

R -- Appraisal Services in Dickenson & Buchanan County, Virginia for US Army Corps of Engineers, Huntington District

Notice Date
3/24/2020 12:43:13 PM
 
Notice Type
Sources Sought
 
NAICS
531320 — Offices of Real Estate Appraisers
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W91237-20-R-SS13
 
Response Due
4/23/2020 2:00:00 PM
 
Archive Date
05/08/2020
 
Point of Contact
Andrea C. Skean, Phone: 3043995228, Katrina L. Chapman, Phone: 3043995623
 
E-Mail Address
andrea.c.skean@usace.army.mil, katrina.l.chapman@usace.army.mil
(andrea.c.skean@usace.army.mil, katrina.l.chapman@usace.army.mil)
 
Description
���������� This is a Market Research and Sources Sought Notice for information on capability and availability of potential small business contractors to provide appraisals or other valuation product of the subject real estate, including fee and/or partial interests, and where required, applying acceptable appraisal methods with consideration for highest and best use analysis, improvement contributions, comparable sales, and the three methods of valuation.� This is a SOURCES SOUGHT synopsis and is not a solicitation announcement.� The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified businesses to establish an Indefinite Delivery-Indefinite Quantity (IDIQ), firm-fixed price contract.� This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach.� NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do NOT request a copy of a solicitation. �It should not be construed as a commitment by the Government for any purpose.� Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions.� The U.S. Army Corps of Engineers, Huntington District, anticipates a future need for appraisal services for both Buchanan & Dickenson Counties, Virginia.� The primary objective of the proposed contract is provide appraisals or other valuation product of the subject real estate, including fee and/or partial interests, and where required, applying acceptable appraisal methods with consideration for highest and best use analysis, improvement contributions, comparable sales, and the three methods of valuation. All appraisal work must be done in accordance with UASFLA, USPAP, and the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 as amended (Public Law 91-646) (URAR). The Contractor must hold a valid State Certificate as a Certified General Appraiser for the state�in which the subject property is located. The contractor will have open communications with the�CORPS staff, including communications by phone, facsimile and electronic mail, with a view�toward curing title deficiencies. The appraiser may be required to attend a pre-appraisal meeting�with the property owner, the USACE Realty Specialist and the Chief or Review Appraiser. Any�time or costs associated with such discussions will not be billed separately, but instead is�factored in the contract price for the title evidence items specified herein. The contract(s) would require the contractor to be familiar with and have written reports that conform to standards established by the Uniform Standards of Professional Appraisal Practice (USPAP) and the Uniform Appraisal Standards for Federal Land Acquisition (UASFLA-Yellow Book); and the requirements of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (PL91-646) as amended; Federal Regulations 49 CFR, Part 24; USACE ER 405-1-04. No other supplemental standards will be applicable. The appraisal contractor must have previous experience in appraising similar properties in the same geographical area as described in this Statement of Work that adhered to UASFLA. The proposed IDIQ(s) would have a performance period of five years (one (1) year base period with four (4) one year option periods) with an approximate not-to-exceed amount of $950,000.00. Typical tasks performed under this contract could include but are not limited to: Provide appraisal or other valuation product of subject real estate, including fee and/or partial interests. � Personal inspection of the subject property and all of the comparable market properties used in the analysis. Sources for Small Business concerns are being sought for firms with a North American Industrial Classification System Code (NAICS) of 531320, which has a size standard of $8.0 million in average annual receipts.�� Responses are requested with the following information, which shall not exceed a total of 15 pages front and back. Offeror's name, DUNS number, home office and/or local office assigned to perform work address, points of contact with phone numbers and e-mail addresses. Business size/classification to include any designations as Small Business, 8(a), Woman-Owned, HUBZone, or Service Disabled Veteran Owned Business. Description of capability to perform the proposed services (see typical tasks above) within each region and subcontracting intentions if any. How many appraisals would your company be able to handle on a monthly or quarterly basis? Describe the professional qualifications of your firm. Provide the state licensure information for Certified General Appraiser. Past performance/experience on projects of similar scope and magnitude for which the firm acted in the role of prime contractor, describing no more than five (5) projects that are at least within the past five (5) years of the issue date of this Notice. The past performance information should include project title, location, general description of the service to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED.� ALL RESPONSES WILL BE ELECTRONIC and submitted to the following email address:� Andrea.c.skean@usace.army.mil The subject line of the email will reference the Market Research number W91237-20-R-SS13 and submittals are due no later than April 23, 2020. Electronic submittals will be retained for future reference, however, they are to be considered source sensitive and not subject to public disclosure.� A response to this sources sought is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities.� This is not a Request for Quote, only a Request for Information, and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited.� The responses will be reviewed to determine what categories of small business are interested in the procurement and, of those who submit a response, which are capable of performing the above types of work.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/45470646982744c0b337c176705ebb8a/view)
 
Place of Performance
Address: Huntington, WV 25701, USA
Zip Code: 25701
Country: USA
 
Record
SN05599184-F 20200326/200324230149 (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 |
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.