Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
DOCUMENT

R -- Field Review of Appraisals in the State of Alaska - Amendment 1

Notice Date
6/27/2008
 
Notice Type
Amendment 1
 
NAICS
531320 — Offices of Real Estate Appraisers
 
Contracting Office
Department of Housing and Urban Development, OCPO, Northern (Philadelphia) Field Contracting Operations, Chicago Operations Branch, NFNC, 77 West Jackson Boulevard, Chicago, Illinois, 60604-3507
 
ZIP Code
60604-3507
 
Solicitation Number
Q8C5AAC0017
 
Response Due
7/15/2008 4:00:00 PM
 
Point of Contact
Liz Daniels,, Phone: 312-886-2760 x2540
 
E-Mail Address
Elizabeth.Daniels@hud.gov
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION OF PROCUREMENT SERVICES AND STATEMENT OF WORK FOR FIELD REVIEW OF APPRAISALS FOR THE STATE OF ALASKA 1.0 Description 1.1This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition (FAR) Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested and a written solicitation will not be issued. 1.2 The geographic area is the state of Alaska is issued as a request for quotations (RFQ). The contractor shall perform on-site interior and exterior field review of appraisals for the U.S. Department of Housing and Urban Development (HUD) Santa Ana Homeownership Center (SAHOC). The Geographic Area: Exclusive to the State of Alaska Borough: The municipality of Anchorage and the Matanuska-Susitna Valley; and as further limited to eligible residential properties with the following US Postal Zip Codes: 99-501-08, 99513,99515-18,99529,99530,99540,99599,99567,99577,99645,99654. 1.3 The U. S. Department of Housing and Urban Development (HUD) is issuing Request for Quotations (RFQ) number RFQ Q8C5AAC0017. This is a 100% Small business Set-Aside. The NAICS code is 531320 and the size standard is $2 million. This is an indefinite quantity fixed-unit-rate purchase order. During the life of the purchase order the minimum dollar amount is $20,000.00 and the maximum dollar amount is $60,000.00. CONTRACT LINE ITEM (CLIN) ESTIMATED QUANTITY UNIT PRICETOTAL ESTIMATED PRICE BASE PERIOD CLIN 0001 FIELD REVIEWS OF APPRAISALS10$ PER REVIEW$ OPTION YEAR 1 CLIN 2001 FIELD REVIEWS OF APPRAISALS10$ PER REVIEW$ OPTION YEAR 2 CLIN 3001 FIELD REVIEWS OF APPRAISALS10$ PER REVIEW$ TOTAL ESTIMATED PRICE 1.4 The purchase order has a base period of one year, and two one year option periods. 1.5 Submit all questions regarding this procurement to Elizabeth Daniels, Contract Specialist, U. S. Department of HUD, Chicago Contracting Operations Branch, 77 West Jackson Blvd., Rm 2517, Chicago, Il 60604-3507, or e-mail at elizabeth.daniels@hud.gov, or phone at 312-886-2760, ext. 2540. This notice will be posted download copies of solicitations from HUD’s Home Page Contracting Opportunities will not automatically receive any amendments to those solicitations. It is recommended that these individuals check to see if HUD has issued any amendments to solicitations and obtain a copy. Amendments are posted on the HUD’s Home Page – Contracting Opportunities. 1.6 Quoters should review the entire RFQ prior to the submission of a quotation. The RFQ consists of the following sections: Standard Form 18, Request for Quotations Supplies or Services/Prices/Costs, Statement of Work, Administrative Provisions Simplified and Commercial and Clauses for the Purchase of Services and Supplies over $3,000 and Factors for Award and Instructions for Preparing and Submitting Quotations. 1.7Submit a brief statement addressing the selection criteria as stated in the solicitation. Quoters must provide a clear and legible Tax Identification Number and Data Universal Numbering System (DUNS) Number. 1.8. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAR 2007), applies to this acquisition. The additional FAR clauses cited in FAR clause 52.212-5 that is applicable also apply. 1.9 FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor not later than 60 days before the contract expires. 1.10. FAR 52.217-9 Option to Extend The Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor not later than 30 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend not later than 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. 1.11. HUDAR 2452.203-70 Prohibition Against the Use of Government Employees (FEB 2006) 1.12. HUDAR 2452.209-72 Organizational Conflicts of Interest (APR 1984) 1.13. HUDAR 2452.222-70 Accessibility of Meetings, Conferences, and Seminars to Persons with Disabilities (FEB 2006) 1.14. HUDAR 2452.237-73 Conduct of Work and Technical Guidance (FEB 2006) (a) The Government Technical Representative (GTR) for liaison with the Contractor as to the conduct of work is Ms. Yvonne Wynn or a successor designated by the Contracting Officer. The Contracting Officer will notify the contractor in writing of any change to the current GTR’s status or the designation of a successor GTR. (b) The GTR will provide guidance to the contractor on the technical performance of the contract. Such guidance shall not be of a nature which: (1) Causes the Contractor to perform work outside the Statement of Work or specifications of the contract; (2) Constitutes a change as defined in FAR 52.243-1; (3) Causes an increase or decrease in the cost of the contract: (4) Alters the period of performance or delivery dates; or, (5) Changes any of the other express terms or conditions of the contract. (c) The GTR will issue technical guidance in writing or, if issued orally, he/she will confirm such direction in writing within five calendar days after oral issuance. The GTR may issue such guidance via telephone facsimile or electronic mail. (d) Certain of the GTR’s duties and responsibilities may be delegated to one or more Government Technical Monitors (GTMs) (see HUDAR subpart 2402.1). The Contracting Officer will notify the contractor in writing of the appointment of any GTMs. (e) Other specific limitations: N/A (f) The contractor shall promptly notify the Contracting Officer whenever the contractor believes that guidance provided by any government personnel, whether or not specifically provided pursuant to this clause, is of a nature described in paragraph (b) above. I.15. 52.212-4 Contract Terms and Conditions – commercial Items. (FEB 2007) As stated in 52.212-4, the contractor may submit monthly invoices for the number of reviews completed and accepted in the preceding month. Submit an original and three copies to: Ron Smith, Public Trust Specialist, US Department of Housing and Urban Development Santa Ana Federal Building, Room 7015 34 Civic Center Plaza Santa Ana, CA 92701-4003 Submit one copy to: Elizabeth Daniels US Department of Housing and Urban Development Chicago Contraction Operations Branch, 77 West Jackson Blvd., Room 2517, NFNC, Chicago, Illinois 60604-3507 Payment will be made by: US Department of Housing and Urban Development by direct deposit to contractor’s account. CMIS, P.O. Box 44815 Washington, D.C. 20026 1.1652.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAR 2007) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer Check as appropriate.] X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).[ __ (4) Reserved] X (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2006) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. X (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). X (15) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (16) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). X (17) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (18) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (19) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (20) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (22) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (23)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (24) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). (25)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (26) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (27) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (28) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). __ (29) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). __ (30) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (31) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (32) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (33) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (34) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (35) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (36)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 2.0 Submission Information for Evaluation and Award (This section will not be included in the subsequent purchase order.) 2.1 Offerors shall address the following factors. The factors are equal in importance, when combined, are more important than price. 2.2. Factor 1 – Capability Offerors shall provide a description of how it will complete all assigned reviews within 20 calendar days of assignment. Evidence shall include a list of all proposed licensed FHA – roster appraisers that may be used in performance of this order. 2.3 Factor 2 – Quality Offerors shall describe how assigned appraisers will be trained in the requirements of this order and become familiar with HUD’s Web-based system. 2.4 Factor 3 – Past Performance Offerors shall submit at least two recent (within the past 6 months) USPAP/S.R.3 compliant field reviews completed for HUD or other clients. Evidence shall also include names and telephone numbers of previous clients. HUD may or may not contact prior clients to confirm claimed performance. 2.5 A comparative evaluation of offers will be conducted. Evaluation of past performance may be based on information such as the Contracting Officer’s knowledge of and previous experience with the services being acquired, customer surveys, or other reasonable basis, such as National Institute of Health’s (NIH) Contractor Performance System (CPS). 2.6 The Contracting Officer will issue an order to the responsible offeror whose submission will be most advantageous and offers the overall best value to the Government, price and other factors considered. HUD may issue an order to other than the lowest priced submitter. 2.7 FAR Clause 52.212-1 Instructions to Offerors – Commercial Items (Jan 2006), applies to this acquisition. 2.8 Representations and Certifications 2.9.1 Offerors are advised to include a completed copy of the FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Items (JUN 2006), with their offers. 2.10 Offerors may submit one hard copy of the quotation with the original signatures and submit an electronic version compatible with the Department’s hardware/software via email to the address below. If the offeror elects not to submit its proposal by one hard copy and electronic means, then the offeror must submit the one hard copy with original signatures and two hard copies. Submissions are due July 15, 2008 at 1:00 local time. U. S. Department of Housing and Urban Development Chicago Contracting Operations Branch Attention Elizabeth Daniels Contract Specialist 77 West Jackson Blvd., Room 2517, NFNC Quotations are due July 15, 2008, at 1:00 local time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=69112475a6575bd417e8ac61bb1c6291&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Supplemental documentation for Amendment 1 (q8c5aac0017a.pdf)
Link: https://www.fbo.gov//utils/view?id=d6f493c1a27504ed27055e6782243573
Bytes: 39.22 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01602829-W 20080629/080627220240-69112475a6575bd417e8ac61bb1c6291 (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.