Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2020 SAM #6807
SOURCES SOUGHT

R -- FASTA High Value Asset Portfolio

Notice Date
7/17/2020 11:27:38 AM
 
Notice Type
Sources Sought
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
47PB0020R0052
 
Response Due
7/28/2020 12:00:00 PM
 
Archive Date
08/12/2020
 
Point of Contact
Huy Le, Phone: 617-780-9672, Kristin O'Neil, Phone: 617-320-5943
 
E-Mail Address
Huy.le@gsa.gov, kristin.oneil@gsa.gov
(Huy.le@gsa.gov, kristin.oneil@gsa.gov)
 
Description
CONTRACTING OFFICE The General Services Administration, New England Region, Public Building Service, Acquisition Management Division - Special Programs Team, 10 Causeway St., Boston, MA 02222, in coordination with the Real Property Utilization and Disposal Program Office and the Public Buildings Reform Board. � SOURCES SOUGHT THIS IS A SOURCES SOUGHT NOTICE ONLY to determine the availability and technical capability of large and small business (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required services. The response to this Sources Sought will assist the Government in determining the potential for small business set-aside capability under the program and in planning its acquisition strategy.� The General Services Administration (GSA) is seeking information on all viable and qualified Contractors that have performed or have the capability to perform an advisory and real estate brokerage services for a high value asset portfolio sale. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 531210 - Offices of Real Estate Agents and Brokers, with the corresponding size standard of $8 Million. Interested Contractors are encouraged to provide information regarding your plans to meet each of the tasks contained herein to assist GSA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed joint venture/partner would be combined to meet the specific requirements contained in this Sources Sought. Responses must demonstrate the company�s ability to perform in accordance with the FAR 52.219-14 Clause - Limitations on Subcontracting. This FAR Clause will be strictly enforced. Small businesses responses are critical to the Government�s decision in determining the extent of small business set-aside implementation. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. CONTRACT/PROGRAM BACKGROUND The Federal Assets Sale & Transfer Act of 2016, P.L. 114-287, as amended (FASTA) established the Public Buildings Reform Board (PBRB) with the goal of identifying opportunities for the Federal Government to reduce its inventory of civilian real property, more efficiently utilize existing properties, and reduce the cost for maintaining these properties. Section12(b)(1)(A) of FASTA directs PBRB to identify a list of at least five (5) properties with a total fair market value of not less than $500 Million and not more than $750 Million, known commonly as high value assets (HVA) . The HVA list was developed by PBRB in coordination with the Federal Real Property Council, the General Services Administration (GSA), other federal landholding agencies, and through a series of site visits and public meetings. The proceeds generated by the HVA will be utilized to fund future disposal and/or consolidation projects. The FASTA High Value Asset Portfolio of properties are located at various Federal Government sites throughout the United States. �Each property has unique characteristics and issues that may include historic and environmental considerations, tenant agency relocations and leaseback requirements, and municipal entitlement processes. Additional information on PBRB and the HVAs can be found at the following link, https://www.pbrb.gov/recommendations/. Table 1 - FASTA High Value Asset Portfolio Property Address Location 1 USGS Menlo Park Campus 345 Middlefield Road Menlo Park, CA 2 Chet Holifield Federal Building 24000 Avila Road Laguna Niguel, CA 3 Los Alamitos Parcel 4665 Lampson Ave Los Alamitos, CA 4 NOAA Pacific Grove 1352 Lighthouse Ave Pacific Grove, CA 5 Portion of Sacramento Job Corps Center (Excess Vacant Land) 3100 Meadowview Road Sacramento, CA 6 Portion of Denver VA Medical Center 1055 Clermont Street Denver, CO 7 Information Ops & Research Center 1155 Foote Drive Idaho Falls, ID Park & Ride Lot 410 South 45th West Idaho Falls, ID 8 Gaithersburg NIKE Site 770 Muddy Branch Road Gaithersburg, MD 9 JCC Edison (Excess Vacant Land) 500 Plainfield Ave Edison, NJ 10 Ronald Reagan Federal Building & Courthouse 228 Walnut Street Harrisburg, PA 11 GSA Auburn Complex 400 15th Street SW Auburn, WA 12 NARA Seattle 6125 Sand Point Way Seattle, WA REQUIRED CAPABILITIES The Contractor will be required to generate significant local, regional, national and international interest for the Properties in order to find an acceptable offer that minimizes holding periods, maximizes proceeds, minimizes risk to the Government, and results in sales proceeds being delivered to the Government in FY21. The Contractor will be required to have state-licensed real estate brokers in each state that a property is located, i.e., California, Colorado, Idaho, Maryland, New Jersey, Pennsylvania, and Washington. Several U.S. states have reciprocal arrangements for recognizing and granting licenses to real estate licensees from other states, but each state is different and has its own real estate laws and licensing requirement. Contractor is responsible to verify and follow such requirements before undertaking transactions in another state. �� Additionally, a general list of tasks the Contractor will be required to perform includes the follow Development of a Project Management Plan to include the following: Strategy on how to structure the portfolio sale transaction Schedule / Timeline for executing the project Communication Strategy Analysis that will identify property and portfolio sale risks and potential mitigation strategies Financial analysis to predict scenario-based portfolio values Develop and execute marketing strategy �that will ensure maximum exposure to potential buyers Offer analysis and evaluation, presentation of offers, and facilitation of sale closing The anticipated period of performance is from November of 2020 through December 31, 2021. SUBMISISON INSTRUCTIONS Interested Contractors are encouraged to response to this Sources Sought via email NLT July 28, 2020, 3:00 PM Eastern Daylight Time (EDT) to Huy Le, Contracting Officer, Huy.Le@gsa.gov, and Kristin O�Neil, Contract Specialist, Kristin.Oneil@gsa.gov. ��It is requested that interested parties submit a brief capabilities package.� The response shall address, at a minimum, the following: 1. Name (Corporate/Tradestyle Name) and address of the Business; DUNS number and CAGE Code register in www.sam.gov; number of employees, annual sales volume, point of contact. 2. Examples of portfolio sale transactions successfully completed within the last five (5) years of a similar size, scope, complexity and duration as the work indicated.� Please provide the following information for each project: Describe whether your firm worked as a prime or subcontractor Location of firm�s offices which supported such work Project Title Contract value Portfolio Sale Value Number of Properties Property Locations Property Types/Uses Brief description of how the referenced contract is relevant to the work described Points of contact with current phone numbers and emails In addition, please indicate any proof of satisfactory past performance on projects mentioned above. 3. A narrative describing how you would implement a project management plan, as well as market and list the portfolio in a manner that would ensure the goals of the Government are met. The narrative response must be limited to no more than 10 pages total. Page limitations shall not be circumvented by including internet links to additional information. 4. Provide documentation of adequate financial resources/financing capability to perform and complete the work, assuming no advance payment or financial assistance from Government prior to or during the project sale/closing phase. 5. Please provide a brief statement on your company�s ability to provide for state-licensed brokers in in the subject states. 6. Evidence to establish your company's standing status as a Small Disadvantaged Business, SDVOSB, WOSB, HUBZone, 8(a) small business concern under applicable NAICS Code or Other than Small Business. 7. Affiliate information: parent company, joint venture partners, and potential teaming partners. 8. A positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. 9. Any additional comments/questions DISCLAIMER This Sources Sought is for informational and planning purposes only. This is NOT a Request for Proposal. It does not constitute a Solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Sources Sought. No funds are available to pay for preparation of responses to this Sources Sought. Any information submitted by interested Contractors to this Sources Sought is strictly voluntary and in no way will be used in evaluation of potential future proposals. The Government will not respond to questions associated with this Sources Sought or any follow-up information requests. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing Sources Sought responses will have signed nondisclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d18085ac9ed846d1a463972bf9a8a222/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05725438-F 20200719/200717230142 (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.