Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2020 SAM #6944
SOURCES SOUGHT

R -- Blanket Purchase Agreement (BPA) for Appraisal Services - KY, TN, VA

Notice Date
12/1/2020 6:14:28 AM
 
Notice Type
Sources Sought
 
NAICS
531320 — Offices of Real Estate Appraisers
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
PANGLR-21-P-0000-000649
 
Response Due
12/7/2020 12:00:00 PM
 
Archive Date
12/22/2020
 
Point of Contact
Kathryn Pascual, Phone: 6157367933, Fax: 6157367124, Ray Kendrick, Phone: (615) 736-7932, Fax: (615) 736-7124
 
E-Mail Address
kathryn.h.pascual@usace.army.mil, Ray.Kendrick@usace.army.mil
(kathryn.h.pascual@usace.army.mil, Ray.Kendrick@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR INFORMATION The Government is issuing this Request for Information to determine a competitive basis for the procurement described. This is not a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey. This survey is for market research purposes only.� Only contractors capable of performing this type of work should respond to this Request for Information. Requirement The U.S. Army Corps of Engineers � Nashville District (USACE � LRN) has a need to establish Blanket Purchase Agreements (BPA) with qualified real estate appraisal firms for obtaining appraisals for residential and/or non-residential properties on an as needed basis. The general geographical location of the properties are Bell and Harlan Counties in Kentucky, and Buchanan, Dickinson and Lee Counties in Virginia. The contract associated with this BPA is dependent on annual appropriation of funds by the U.S. Congress and State and Local Governments as applicable. Synopsis Appraisals of residential properties is hereby defined as ownerships with four or fewer habitable residential structures either attached or detached. Appraisals of non-residential properties is hereby defined as ownerships with five or more habitable structures either attached or detached, ownerships containing structures capable of use as a commercial enterprise even if vacant and/or requiring renovations and may include religious facilities. For the purposes of this BPA, appraisals of unimproved land shall be considered residential if the portion of the property acquired contains 5 acres or less regardless of the highest and best use, except for what is stated below. Appraisals of unimproved land shall be considered non-residential if the portion of the property acquired contains more than 5 acres. If the portion of the property acquired contains 5 acres or less but the ownership contains a commercial enterprise such as a used car dealership, a parking lot, a mobile home park or similar type of commercial use, the land shall be considered non-residential. Non-residential properties with structures may include storefronts and general retail, commercial service oriented use, banks, office, quick service restaurants, and other similar uses. Acquisitions may include unimproved land as previously described, partial acquisitions of the fee simple estate and interests that are less than the fee simple estate. In accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 as amended (Public Law 91-646), the principal appraiser must contact each landowner and afford the landowner or their designated representative the opportunity to accompany the appraiser on the site inspection of the subject property. The contact of the landowner and whether or not the landowner or their designated representative did or did not accompany the appraiser on the site inspection of the subject property must be documented in the appraisal report. The principal appraiser must physically perform the site inspection of the subject property and sign the appraisal report and appraiser certification. The principal appraiser should be familiar with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 as amended (Public Law 91-646). Some of the properties may be under threat of condemnation, and as such the appraisal firms should include in their proposals fees to update each type of appraisal report to the filing of the Declaration of Taking called the �Date of Taking Appraisal�. A fee should also be quoted for each type of appraisal report for revisions to an already reviewed and approved appraisal report. Revisions may become necessary subsequent to a reviewed and approved appraisal report due to a physical change to the subject property that occurs prior to the acquisition of the property by the Government. General Appraisal Requirements Under the BPA, the principal appraiser will be provided a Statement of Work for each appraisal assignment that provides specific details of the subject property and the minimum appraisal requirements that will guide the technical review by the District Review Appraiser. The principal appraiser shall determine the highest and best use of all properties that are assigned to be appraised. The final value conclusion shall be allocated among the land and improvements, if applicable, as required by UASFLA. The principal appraiser who is contracted to perform appraisal services must hold an active and valid Certified General Real Estate Appraiser License in the State where the subject property is located. The principal appraiser must be geographically competent in the market area where the subject property is located. The principal appraiser must have a thorough understanding of the current edition of the Uniform Appraisal Standards for Federal Land Acquisitions (UASFLA) also known as Yellow Book. The principal appraiser must have documented experience in appraising similar properties in the same geographical area as described in this Scope of Work that complied with UASFLA. Every appraisal report shall briefly describe the principal appraiser�s geographical competence and their experience that enables them to comply with the competency rule of USPAP. The appraisal report will be a narrative appraisal report that contains all the necessary data and information for a technical review to be performed by the District Review Appraiser. The body of the appraisal report and/or the addenda shall contain all the data analyzed by the appraiser to form the reported opinions and conclusions. The appraisal report must be credible, reasonable and appropriately supported by the data included in the report in order to be approved by the District Review Appraiser. Upon completion of the draft appraisal report, it must be submitted in pdf format to the District Review Appraiser for a technical review. Each appraisal report will be reviewed for compliance with the USACE provided statement of work, UASFLA, USPAP, USACE regulations and other applicable appraisal standards. Findings of inadequacy, if any, will require clarification and/or revisions prior to approval of the report. If any revisions are required, a revised draft appraisal report in pdf format must be submitted to the District Review Appraiser. Once the draft appraisal report is approved by the District Review Appraiser, a final signed copy of the report must be submitted in pdf format to the District Review Appraiser prior to payment of the invoice for services rendered. Appraisal Standards The appraisal process and the appraisal reports submitted for review must comply with the applicable provisions of the current edition of UASFLA (Yellow Book), the applicable provisions of the current edition of USPAP, the applicable requirements of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 as amended (Public Law 91-646) as amended, Federal Regulations 49 CFR, Part 24, and USACE ER 401-1-04. No other supplemental standards will be applicable. * Please note that this description is subject to change. The anticipated NAICS code is 531320 (Offices of Real Estate Appraisers) with a size standard of $8.0 (in millions of dollars). Survey The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this Request for Information. Requested Information Name of your firm: CAGE: Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? Point of Contact, Phone number, and e-mail address: A Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work. This SOC should be a brief description of your company's capabilities. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. Please list a Federal contract successfully completed, similar to the above referenced type of work: Year completed: Dollar amount: General Description of project: How many full time appraisers do you employ that hold a valid State License as an Attorney for the following states: Tennessee: Kentucky: Virginia: Please list previous experience in appraisal services for similar properties in the same geographical areas as described in this Statement of Work. Have your appraisers written reports that conform to Standards established under the requirements of the UASFLA, USPAP, USACE regulations and other applicable appraisal standards? If this requirement is advertised, do you anticipate submitting a bid? Please provide any additional information you feel is necessary: Responses Your response to this survey is requested by 2:00 PM Central Time, December 7, 2020. Please send by email to Kathryn Pascual at Kathryn.h.pascual@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/35912ea6e785475c8c71123aeb4f456e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05864010-F 20201203/201201230142 (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.