SOLICITATION NOTICE
G -- RESIDENTIAL PROPERTY MANAGAMENT
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- PWR - GOGA Golden Gate NRA National Park Service Bldg. 201, Fort Mason San Francisco CA 94123
- ZIP Code
- 94123
- Solicitation Number
- N8142080001
- Archive Date
- 9/12/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This Solicitation will be available at this website on or about October 1, 2007: http://ideasec.nbc.gov. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE AND FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. This acquisition is a 100% SETASIDE FOR SMALL BUSINESS CONCERNS. The National Park Service welcomes the participation of small, minority owned and women-owned business enterprises. The North American Industry Classification Standards (NAICS) is 531311, Residential Property Management, and the small business size standard is $2.0 million. ONLY THOSE TECHNICAL AND PRICE PROPOSALS FROM OFFERORS WHO ARE CERTIFIED SMALL BUSINESSES WILL BE EVALUATED. CONTRACTORS WHO ARE NOT SMALL BUSINESS CERTIFIED WILL BE CONSIDERED NON-RESPONSIVE AND WILL NOT BE EVALUATED.The National Park Service, Golden Gate National Recreation area has identified a requirement to acquire residential property management services for the Fort Mason Historic District pursuant to the authority at 16 U.S.C. 470h-3 and implementing regulations 36 CFR 18. A SITE VISIT IS SCHEDULED FOR: TUESDAY, OCTOBER 16, 2007 AT 10:00 AM. MEET IN FRONT OF BUILDING 201, FORT MASON, AT THE INTERSECTION OF BAY AND FRANKLIN, SAN FRANCISO, CA (FLAGPOLE IN FRONT OF BUILDING). Although this is not a mandatory site visit, all interested firms are strongly urged to attend to get a better understanding of the Scope of Work and the Specifications for the required services for the property management. The selected firm will provide services related to ongoing residential property management for 24 historic residential units, including routine and preservation maintenance services, and as required, project management and construction management services including, but not limited to, the renovation or rehabilitation of historic structures, cultural landscapes, and deteriorated infrastructure, parking areas, and other site features. The MINIMUM qualifications necessary for consideration are (a) minimum of 50 residential units in at least 3 separate residential projects currently under management and (b) firm history of 3 years experience in residential property management. All firms successfully fulfilling the minimum requirements will be referred to an Evaluation Panel for further consideration. The significant evaluation factors, and significant sub-factors, listed in order of descending importance are: (1) DEMONSTRATED HISTORY OF SUCCESSFUL RESIDENTIAL PROPERTY MANAGEMENT EXPERIENCE WITH RESIDENTIAL UNITS SIMILAR TO THE FORT MASON HISTORIC DISTRICT IN QUALITY, HISTORIC VALUE, AND CONFIGURATION: (a) demonstrated experience in ensuring prompt collection of rent payments and enforcement of tenant lease terms, (b) demonstrated experience in assisting properly owners with innovative and cost effective methods for securing property services, including insurance, legal, and other professional services; (c) demonstrated experience in maintaining excellent long-term relationships with property owners, subcontractors, service providers, and vendors; (d) demonstrated experience in creating high levels of tenant satisfaction and low levels of tenant turnover; (2) DEMONSTRATED COMPREHENSIVE KNOWLEDGE AND EXPERIENCE WITH HISTORIC PRESERVATION REQUIREMENTS AND TECHNIQUES, AND FLEXIBILITY TO ADAPT BUSINESS PLANS AND PRACTICES TO ENSURE THE HIGHEST LEVEL OF HISTORIC PRESERVATION: (a) demonstrated knowledge or experience of property manager and other staff comprising offeror's proposed team in the implementation of the Security of Interior Standards in the management and rehabilitation of historic single and multi-family residential units; (b) demonstrated and successful experience in creating and implementing comprehensive and cost effective programs of preservation maintenance; (c) demonstrated successful experience in designing, contracting for design and time effective project management of and/or constructing rehabilitation projects in a manner which minimizes damage to historic resources while achieving business goals; (3) DEMONSTRATED HISTORY OF SUCCESSFUL EXPERIENCE IN LEASING RESIDENTIAL UNITS SIMILAR TO THE FORT MASON HISTORIC DISTRICT IN QUALITY, HISTORIC VALUE, AND CONFIGURATION: (a) demonstrated experience or ability to obtain top of market rents using published bidding procedures (RFB) for short-term leases; (b) demonstrated experience in creating high market awareness of the availability of units for rent with minimal advertising; (c) demonstrated experience in successfully monitoring market trends and repositioning properties and/or rental values in response to increases or decreases in competition, rents, or other competitive considerations; (4) DEMONSTRATED EXPERIENCE IN SUCCESSFULLY COMPLETING MAJOR REHABILITATION PROJECTS FOR RESIDENTIAL UNITS SIMILAR TO THE FORT MASON HISTORIC DISTRICT IN QUALITY, HISTORIC VALUE AND CONFIGURATION: a) dollar value, number of residential units, and/or number of residential projects where offeror was responsible for project management, planning, design, estimating, contracting, and/or construction or rehabilitation work; (b) dollar value, size of project area, and/or number of projects for landscape rehabilitation or site rehabilitation projects where offeror was responsible for project management, planning, design, estimating, contracting, and construction of rehabilitation work; (c) dollar value, size of project area, and/or number of infrastructure rehabilitation projects where offeror was responsible for project management, planning, design, estimating, contracting, and construction of rehabilitation work; and (5) DEMONSTRATED ABILITY TO MEET THE SPECIFIC REQUIREMENTS OF THE NATIONAL PARK SERVICE'S REQUIREMENTS FOR RESIDENTIAL PROPERTY LEASING AND MANAGEMENT OF THE FORT MASON RESIDENTIAL UNITS: (a) demonstrated successful experience in quickly planning and implementing property management programs to address and correct identified defects in vacant buildings to allow leasing of units in an expeditious manner; (b) demonstrated successful experience in working with public agency owners of real estate and adapting contractor practices and work products to meet the unique requirements of a public agency as opposed to standard residential real estate industry practices; (c) demonstrated financial capability to fund property management, insurance and rehabilitation expenses in advance of receiving reimbursement from the National Park Service; and (d) demonstrated successful experience in preparing computerized financial statements and reports from data provided by owner, and demonstrated ability to customize statements and reports to fulfill public agency accounting requirements. Submission date for offers will be approximately 30 days after issuance of the Request for Proposal (RFP), refer to the actual RFP for official dates. Search the website by referencing the Solicitation Number, N8142080001, Department of the Interior, National Park Service. The Point of Contact for this Solicitation is Carol A. Axley, Contracting Officer, National Park Service, Fort Mason, Building 201, San Francisco, CA 94123, Telephone number (415) 561-4793, fax number (415) 561-4795, email address : carol_axley@nps.gov. To download the Solicitation and all the Attachments, numbers 1 -8, offerors are required to register their firm with the electronic website. Offerors are also advised to be prepared with their company's DUNS number, available from DUNN and BRADSTREET at 1-800-333-0505, if need to obtain (identify the call as a Government Contractor), and their Federal Tax Identification Number (TIN). All firms should pre-register to save time, by logging onto the the Internet at: http://www.ccr.gov (Central Contractor Registration). Responses from Offerors will be accepted at the address listed in the Solicitation in hard copy with the original signature of the authorized company official, on the closing date, no later than the official closing time indicated in the Solicitation. This announcement does not constitute the Solicitation. End of Announcement.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2671074)
- Place of Performance
- Address: FORT MASON, SAN FRANCISCO, CA
- Zip Code: 94123
- Country: US
- Zip Code: 94123
- Record
- SN01406125-W 20070915/070913222726 (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 |