Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOURCES SOUGHT

99 -- Request for Information for Construction and Leasing of Housing in Grand Canyon National Park

Notice Date
1/28/2005
 
Notice Type
Sources Sought
 
Contracting Office
USDI/National Park Service/WASO-Property Management Office 1201 Eye Street N.W., 12th Floor Washington DC 20005
 
ZIP Code
20005
 
Solicitation Number
N0026050002
 
Response Due
2/28/2005
 
Archive Date
1/28/2006
 
Small Business Set-Aside
N/A
 
Description
Secretary of Interior National Park Service Grand Canyon National Park REQUEST FOR INFORMATION RFI Noo26050002. Please Note: This is a reannouncement of our original Request for Information (RFI) to garner further responses from additional sources. The original RFI (N0026050001) was posted on Fed Bis Ops in December with a response date of 01/14/05. Please note the "Limitations" paragraph, which has been added to this announcement, below. This Request for Information (RFI) is NOT a Solicitation for Offers (SFO), and is NOT a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this RFI or otherwise pay for the information solicited. Response to the RFI will NOT serve as a proposal, bid, or offer, which could be accepted by the Government to form a binding contract. The National Park Service (NPS) is currently examining partnering alternatives for housing under the authorities granted in its Administrative Reform Act of 1996 (Public Law 104-333, U.S.C. ? 17o, dated November 12, 1996). The NPS is interested in gaining further information through market research from providers with relevant and sustained experience in the housing industry. The objective of this RFI is to obtain technical capability profiles tailored to the requirements outlined below as well as answers to a series of questions regarding the provider capability to furnish the services as described. Grand Canyon National Park (GRCA) has a requirement for high-quality energy star compliant housing located on GRCA. The provider will secure debt and/or contributed equity as needed to accomplish the following: (1) design, finance, and construct 60 units, and (2) operate, manage, and maintain the units, including certain streets and selected infrastructure, and ancillary facilities. Includes performance of all maintenance and capital renewal to ensure the units remain in high-quality condition during lease period regardless of location. The housing requirements are: # of Units # of Bedrooms Square Footage (Approximately) 32 1 500 28 2 1,060 The GRCA potential housing site is both level and vacant and on-park. The site is located approximately a quarter mile west of the intersection of Albright Road and Center Road in South Rim Village. The hatched area on the attached map indicates the disturbed area at the former Yak Camp where the potential site is located. There are trees and buildings throughout the potential site. Potential bidders will be responsible for the demolition of existing buildings on the new construction site, however there are no restrictions on the removal of the vegetation in the area. The NPS currently expects the site size to be approximately 7 acres. The park location requires the partner to install, connect and maintain all the utilities and streets to the Albright Road intersection. Also, the developer must install landscaping consistent with the local environment. GRCA would rent the site to the provider, for twenty five to fifty years (depending upon financing and options), for a nominal fee. The park location will be used for NPS housing needs, and all housing must meet NPS quality standards and blend in with the park environment. The total rental charges for NPS personnel are prescribed by OMB Circular A-45 and adjusted annually. While rental rates typically increase, they may also decrease. The monthly rental rates for FY05 are: (1) 1 bedroom unit - $230 and (2) 2 bedroom unit - $456. Utility costs are borne by the occupant and paid separately. LIMITATIONS- The Secretary of the Interior may not guarantee-- (i) the occupancy of more than 75 percent of the units constructed or rehabilitated under such lease; and (ii) at a rental rate that exceeds the rate based on the reasonable value of the housing in accordance with requirements applicable under section 5911 of title 5, United States Code. The NPS anticipates a base lease period of 25-30 years, followed by a series of options ranging from 5 to10 years. The total duration of the project will not exceed 50 years. Any property built on GRCA will revert to the government at end of lease period. Off-park property shall remain within the possession or control of the provider. Technical Capability Profiles: 1. Company qualifications (years in business, independent financial statements, number of rental units managed, geographical location(s) of business operations) 2. Experience in developing and managing housing, particularly under similar programs (federal/state/local). Questions: 1. What could you do to help NPS reduce both construction and operations/management costs? 2. What is your estimate, if any of a required NPS financial contribution (upfront and/or recurring) to the project beyond rent revenue stream? Park? Off-park? 3. What approach would you employ to meet all maintenance and capital renewal needs? Specify, how funds would be set aside to cover these expenses. 4. What approach would you employ to ensure that on-site development conforms to the park environment and needs? 5. How do you envision the long-term business relationship between the NPS and your company would work? 6. What are the pros and cons for locating the development in park? Off-park? 7. What other steps could the NPS take to improve the long-term success of this project? Questions or inquiries from potential bidders can be addressed Bruce Blackistone, Program Manager, NPS Space Management Program at 202-354-1939 or via email at bruce_blackistone@nps.gov. Site specific questions regarding the location of the proposed site and conditions in the park may be directed to Nicky Lindig, Chief, Administration at GRCA at 928-638-7711 or via email at nicky_lindig@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1709525)
 
Place of Performance
Address: Grand Canyon National Park, Arizona
Zip Code: 86023
Country: USA
 
Record
SN00742223-W 20050130/050128212301 (fbodaily.com)
 
Source
FedBizOpps.gov 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.