Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

R -- Appraisal Services for the Wetlands Reserve Program and the Emergency Watersheds Protection Program

Notice Date
12/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
531320 — Offices of Real Estate Appraisers
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, South Dakota State Office, Federal Building, Room 203 200 4th Street, SW, Huron, SD, 57350-2475
 
ZIP Code
57350-2475
 
Solicitation Number
AG-6740-S-06-0001
 
Response Due
1/8/2006
 
Point of Contact
Sue Jones, Contracting Officer, Phone 605-352-1213, Fax 605-352-1270, - Vicki Supler, Contract Specialist, Phone 605-352-1204, Fax 605-352-1270,
 
E-Mail Address
sue.jones@sd.usda.gov, vicki.supler@sd.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION: The USDA Natural Resources Conservation Service (NRCS) in South Dakota requires the services of an appraiser for the performance of appraisal services in the acquisitions of easements under the Wetlands Reserve Program and the Emergency Watersheds Protection Program. This announcement constitutes the only notice. All appraisals completed for this program shall comply with Uniform Standards of Professional Appraisal Practice (USPAP), Uniform Appraisal Standards for Federal Land Acquisitions (UASFLA aka Yellow Book) and Supplemental Standards as issued by NRCS. Yellow Book and USPAP Conflicts: Conflicts between Yellow Book and USPAP are minimal. When there is conflict, Yellow Book takes precedence. It may be necessary to invoke the Jurisdictional Exception Rule to USPAP to meet certain standards of the Yellow Book. Invocation of the Jurisdictional Exception Rule should never be invoked lightly and must include citation of the over-riding Federal policy, rule, or regulation that requires it. Any jurisdictional exceptions not specifically cited in the Yellow Book shall be discussed with the assigned review appraiser. PROJECT INFORMATION: The Government contemplates the award of three indefinite delivery-indefinite quantity contracts in three areas of South Dakota. The three areas are as follows: Area 1: Buffalo, Jerauld, Sanborn, Miner, Lake, Moody, Lyman, Brule, Aurora, Davison, Hanson, McCook, Minnehaha, Tripp, Gregory, Charles Mix, Douglas, Hutchinson, Turner, Lincoln, Bon Homme, Yankton, Clay and Union. Area 2: Brown, Marshall, Roberts, Day, Spink, Clark, Codington, Grant, Hamlin, Deuel, Beadle, Kingsbury, Brookings, Campbell, McPherson, Walworth, Edmunds, Potter, Faulk, Sully, Hughes, Hyde, and Hand. Area 3: Harding, Perkins, Corson, Butte, Meade, Ziebach, Dewey, Haakon, Stanley, Jones, Mellette, Todd, Bennett, Jackson, Shannon, Fall River, Custer, Pennington, and Lawrence. The initial contract period will be for one year and the government may, at its option, extend the contract to a maximum of five years by exercising each of the four, one year renewal options. Work under each contract will be subject to satisfactory negotiation of individual task orders. Task orders will be negotiated as firm fixed price procurements for the following acreage increments: 1-500 acres 500-1000 acres 1000-1500 acres 1500-2000 acres APPRAISER QUALIFICATIONS Appraisers shall be a State Certified General Real Property Appraiser or obtain a temporary practice permit in the state(s) where the subject property is located and be in good standing with the licensing authority where the credential was issued. Appraiser must have demonstrated competency in compliance with USPAP in conducting appraisals of agricultural properties with and without conservation easements of the requested type. Documentation of appraisal education courses attended, such as eminent domain or conservation easements, and Yellow Book course shall be provided to the NRCS authorized official prior to issuing any work order. PURPOSE OF THE APPRAISAL REPORTS The purpose of the appraisals is to provide an opinion of market value, as defined below, of the entire subject property (larger parcel) before acquisition of an easement (before value) and an opinion of market value of the entire subject property remaining after the proposed easement has been placed (after value) as of a current date of value. The appraiser shall recognize that in a before and after appraisal, the partial interest being acquired is not actually being appraised. What is appraised is the larger parcel before and after the conveyance of the partial interest. The purpose of two opinions of value is to establish the effect on value resulting from imposition of a conservation easement. The price of the easement is the before value of the entire property (larger parcel) minus the value of the entire property as encumbered by the WRP or EWP Warranty Easement Deed, after value, provided there are not adjustments such as excess irrigation water rights explained below, which would equal the price of the easement. A key concept in this appraisal process is defining the larger parcel is required to begin the appraisal process. The appraisals must be completed in compliance with Uniform Standards of Professional Appraisal Practice, Uniform Appraisal Standards for Federal Land Acquisitions and Supplemental Standards issued by NRCS. For the purpose of these appraisals, the Federal Rules for acquisition will be used. The market value definition that will be stated and used in developing and reporting this assignment is the definition as stated in the Yellow Book; “Market value is the amount in cash, or in terms reasonably equivalent to cash, for which in all probability the property would have sold on the effective date of the appraisal, after a reasonable exposure time on the open competitive market, from a willing and reasonably knowledgeable seller to a willing and reasonably knowledgeable buyer, with neither acting under any compulsion to buy or sell, giving due consideration to all available economic uses of the property at the time of the appraisal.” This definition makes no linkage between the estimated market value and exposure time. A specific exposure time shall not be cited in an appraisal report prepared under Yellow Book standards. Invoke the Jurisdictional Exception Rule to avoid a violation of USPAP standards, which require a specific exposure time. No other definition of market value is acceptable. (Please see the Statement of Work for detailed information relative to the format, etc. of the appraisal report) SELECTION CRITERIA: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Professional qualifications necessary for satisfactory performance of the required services; 2) Narrative of the offieror’s technical capability to meet the Government requirement; this may include descriptions of other similar or related projects performed or currently being performed and a list of personnel qualifications; a narrative proposal on how to perform the work required; 3) Price; a list of potential personnel who will be performing the requirements of the contract and the corresponding per acre rate must be included for evaluation; 4) Past Performance; list of references and letters of recommendation with company seal or logo may be submitted for evaluation purposes. Technical and past performance, when combined, are equal to price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration, contact the CCR website at www.ccr.gov. SUBMISSION REQUIREMENTS: Proposals submitted in response to this solicitation shall be furnished in the following format with the numbers of copies as specified below. (1) The proposal must include a technical proposal and business proposal. Each of the parts shall be separate and complete so that evaluation of one may be accomplished independently from evaluation of the other. The technical proposal must not contain reference to cost; however, resource information (such as data concerning labor hours and categories, materials, subcontracts, etc.) must be contained in the technical proposal so that the contractor's understanding of the statement of work may be evaluated. (2) Offerors may, at their discretion, submit alternate proposals or proposals which deviate from the requirement; provided, that an offeror also submit a proposal for performance of the work as specified in the statement of work. Any "alternate" proposal may be considered if overall performance would be improved or not compromised, and if it is in the best interest of the Government. Alternate proposals, or deviations from any requirement of this RFP, must be clearly identified. (3) The Government will evaluate proposals in accordance with the evaluation criteria set forth in Section M of this RFP. (4) Offerors shall submit their proposal(s) in the following format and the quantities specified: (a) 4 copies of the completed, signed offer (Sections A through K of the solicitation package) (b) 4 copies of the technical proposal (c) 4 copies of the business/cost proposal (b) Technical Proposal Instructions. The technical proposal will be used to make an evaluation and arrive at a determination as to whether the proposal will meet the requirements of the Government. Therefore, the technical proposal must present sufficient information to reflect a thorough understanding of the requirements and a detailed, description of the techniques, procedures and program for achieving the objectives of the specifications/statement of work. Proposals which merely paraphrase the requirements of the Government's specifications/statement of work, or use such phrases as "will comply" or "standard techniques will be employed" will be considered unacceptable and will not be considered further. As a minimum, the proposal must clearly provide the following: 1. Narrative of the offeror’s technical capability to meet the Government requirement; this may include descriptions of other similar or related projects performed or currently being performed and a list of personnel qualifications; a narrative proposal on how to perform the work required. (c) Business Proposal Instructions. (1) Cost Proposal. In addition to any other requirements for cost/pricing information required in clause FAR 52.215-20, Requirements for Cost or Pricing Data or Other Than Cost of Pricing Data (OCT 1997), the following is required: (Contracting Officer shall identify additional information required if appropriate.) (2) Business Proposal. (a) Furnish financial statements for the last two years, including an interim statement for the current year, unless previously provided to the office issuing the RFP, in which case a statement as to when and where this information was provided may be furnished instead. (b) Specify the financial capacity, working capital and other resources available to perform the contract without assistance from any outside source. (c) Provide the name, location, and intercompany pricing policy for other divisions, subsidiaries, parent company, or affiliated companies that will perform work or furnish materials under this contract. All proposal submissions should be sent to Sue Jones, Natural Resources Conservation Service, 200 Fourth Street SW, Huron, SD 57350 no later than 5:00 (central) on January 8, 2006 to be included in the selection process. Firms responding to this announcement before the closing date will be considered for selection. Facsimile transmissions will be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-MAR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/NRCS/SDSO/AG-6740-S-06-0001/listing.html)
 
Place of Performance
Address: 200 Fourth Street SW Huron, South Dakota
Zip Code: 57350
Country: USA
 
Record
SN00998651-F 20060304/060302215429 (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.