Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

R -- Expert Real Estate Development Consultation Services for the US Air Force Material Command Military Housing Privatization and Enhanced Use Leasing Program.

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-07-R-0064
 
Response Due
8/17/2007
 
Archive Date
10/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Louisville District intends to award one Indefinite Delivery Type contract for a one year base period with an option to extend the contract for two additional two year periods, at the discretion of the government. The contract will not exceed $7 ,000,000 including the option periods. Task orders typically range from $25,000 to $1,000,000. Firm fixed price task orders will be issued not to exceed the contract amount. Contract award is anticipated on or about 28 September 2007. Significant empha sis will be placed on the offeror's quality control procedures as the district will perform quality assurance only on each project. This is a competitive procurement and will be awarded as best value. The NAICS Code is 541618 and only small businesses ca n apply. The general scope of services is professional services to include senior level Fortune 500 type commercial banking and financial analyst support for the non FAR Housing Privatization (HP) and Enhanced Use Lease (EUL) programs. The offeror shall provide business expertise in commercial banking and loan advice and analysis, real estate, finance, cost analysis, planning, real estate law and real property management for review and assessment of the proposed privatization initiatives including the eva luation of HP and EUL proposals command wide. Offerors will track changes to market conditions and offer advice on necessary adjustments to specific projects, assist in development of project scope, provide direct support at transaction closings, write, r eview and provide documents, participate and facilitate workshops, assist in evaluating standards and proposals, as well as research and answer questions in their areas of expertise, which may include providing recommendations and alternative solutions to maximize benefits. The offerors will provide advisory and assistance services to facilitate the HP process by which the Air Force solicits and evaluates proposals and engages in the execution of real estate transactions in support of privatization project s for single and or groups of Air Force bases; to facilitate and determine the feasibility of utilizing EUL to leverage the Air Force's underutilized real estate assets to maximize their potential returns; and to facilitate and determine the feasibility of utilizing other authorities for public and private partnerships as they become available to the Air Force for the development, management, and utilization of its real estate assets. All products and services provided under this contract shall be in confo rmance with the requirements listed at www.afrpa.hq.af.mil. Task orders will be issued with a project and site specific Scope of Work under the general scope of the contract. The selection criteria (listed in descending order of importance) for this acqu isition will be: a. Professional Qualifications of the key personnel; b. Specialized experience in the activities identified above; c. Capacity to perform concurrent multiple task orders; d. Sample project to demonstrate the ability to perform the necessar y analysis, delineate an appropriate approach and provide typical pricing for such and e. Past performance with respect to quality of work, compliance with performance schedules on Department of Defense (DoD) and non DoD contracts. CONFLICT OF INTEREST - T he Air Force Center for Environmental Excellence Privatization Real Estate Support Services (PRESS) contractors named below, and their respective team members and subcontractors, are precluded from submitting proposals on any Air Force military housing pri vatization or enhanced use lease projects, and from acting as subcontractors, consultants or team members to a development phase contractor for a period of up to 10 years. It is incumbent upon the offerors to ensure that their teams do not inlcude any of the PRESS contractors or their respective team members and subcontractors. The PRESS contractors are Alvarez and Marsal Real Estate Advisory Services; Jones La ng LaSalle Americans, Inc.; PSC Military Housing Company, L. C.; and FPS Advisory Group, LLC. Proposals that include a prohibited team member or subcontractor will not be considered. No hard copies of this solicitation will be mailed. The proposal shall be no longer than 50 pages in length, font size shall be 10 or larger, each printed side of a page will count as one page. Project files are Portable Document Format (PDF) files and can be veiwed, navigated, or printed using Adobe Acrobat Reader. To down load this project, contractors MUST register at the Federal Technical Data Solutions (FedTeDS) website at http://www.fedteds.gov. The web address for the Army Single Face to Industry (ASFI) site is http://acquisition.army.mil/default.htm. The offeror MUS T be registered in the Central Contractor Registration (CCR) System. Register via the CCR Internet Site at http://www.ccr.gov. For further questions contact CCR Assistance at (888) 277-2423. To be eligible for award, a firm must have a DUNS number and be registered in the CCR database. Questions may be addressed to debra.c.bruner@lrl02.usace.army.mil. THIS IS 100% SMALL BUSINESS SET-ASIDE. Solicitation is to be isued on or about 18 July 2007 with proposals due on or about 17 August 2007. Faxed or email ed proposals will NOT be accepted. No other information including pamplets or booklets is requested or required. Any amendments issued for this solicitation will be available from the above website by download only. This announcement serves as the advanc e notice.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01333097-W 20070704/070702221255 (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.