SOLICITATION NOTICE
R -- Management and disposition of seized, forfeited, and/or blocked real property - RFI
- Notice Date
- 3/18/2010
- Notice Type
- Cancellation
- NAICS
- 531390
— Other Activities Related to Real Estate
- Contracting Office
- Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
- ZIP Code
- 20220
- Solicitation Number
- A10042-RFI
- Archive Date
- 4/30/2010
- Point of Contact
- Gelila A Teshome, Phone: 202-622-1938, Patrick K. Breen, Phone: 202.622.0248
- E-Mail Address
-
gelila.teshome@do.treas.gov, Patrick.Breen@do.treas.gov
(gelila.teshome@do.treas.gov, Patrick.Breen@do.treas.gov)
- Small Business Set-Aside
- N/A
- Description
- A10042-RFI The United States Department of the Treasury, Departmental Offices, Procurement Services Division (DO/PSD), Washington, DC is issuing this sources sought and request for information (RFI) under FAR 15.201(e) to identify potential offerors that have the capacity and qualifications to provide for long-term management and disposition of seized, forfeited, and/or blocked real property (the "Services"). Potential offerors shall provide, in accordance with the information and instructions herein, a Statement of Capability (SOC) for their qualifications for a potential contract. Services include, but are not limited to: (a) pre-seizure, custody, management, title clearing, and disposition of seized, forfeited, and/or blocked real property through the use of a nationwide contract operational in all 50 states and the District of Columbia, as well as all U.S. territories, and (b) on an occasional basis at the express written direction of the Government, similar services for specifically identified real property that may be located internationally (a.k.a. outside the 50 states within the U.S, the District of Columbia, and U.S. territories).. Services would also include on-call services 24 hours a day, 7 days a week, including holidays. The real property can include both vacant and occupied residential and commercial real property, operating businesses, vacant land, and Deeds of Trust. Seized, forfeited, and/or blocked real property inventory as of March 3, 2010, consisted of 324 individual properties. Pre-seizure services performed during Fiscal Year (FY) 2009 included 1,985 requests for title products and 1,937 requests for appraisal products. The objectives of such Services include: minimizing contract costs and maximizing revenue, minimizing the time required to clear property title for disposition, minimizing adverse incidents and complaints; and maximizing cooperation with, and services to, the federal government. More specifically, the potential Contractor Services include the following: a) The analysis of real property when directed by the seizing or blocking agency. This may include an analysis of real property prior to a seizure or blocking action for the purpose of evaluating the costs and benefits of seizing the real property and may include, but is not limited to: property evaluation, appraisal, lien and title search and report, net equity and cost benefit analysis, photographing/videotaping, property inventory, monitoring/oversight of posted property, and/or the identification of environmental concerns. b) The receipt, custody, security, review of Appraised Value (APV), determination of Fair Market Value (FMV), determination of liens, title clearing, quick sale, storage, inventory, preservation, maintenance, management, advertising, repair, modification, refurbishment, upgrade, and/or final disposition (e.g., remit, retain, transfer, donate, or sell) of seized, forfeited, and/or blocked real property. c) The delivery and maintenance of a document control system to assist in automating, controlling, referencing, filing, and retrieving correspondence between the potential offeror's/contractor's office and the Government. d) The identification, recordation, reporting, and updating of all seizure revenue, costs, and related data pertaining to the above activities using the designated Government system of record for the potential contract, which requires all persons with access to such system to favorably pass a full field five year employment background investigation and possess an appropriate level of Public Trust Certification from the U.S. Customs and Border Protection (CBP). e) The tracking of both direct and indirect costs to the seizure or blocking action line item and the development and implement of a proposed system for allocation of all indirect costs based on the seizure or blocking action line items held in inventory during the billing period. f) The fulfillment of risk management requirements. g) The implementation of tasks required in a manner designed to maximize the quality of service and sale revenue and minimize costs and real property deterioration. h) Internal and external audit(s) of a. through g. above, to include program operations and financial management. The Contractor shall be available at all times to take custody of all applicable real property at the time, date, and location designated by the Government. The Contractor shall arrange for safe, secure, and cost effective property management from the time of acceptance through disposition. Such real property shall be managed in the most cost-effective method available to preclude any deterioration of the property, so that the overall condition of the property is maintained at the level found at the time of acceptance until disposition. The Contractor shall control access to all real property managed under any potential future contract for the Services. The Contractor must maintain records for all such real property including but not limited to billing, accounting, and management of such property. The Contractor shall arrange and conduct the sale of such real property upon receipt of instructions from the Government. The Contractor shall publicly advertise the sale of applicable real property in order to generate maximum competition. The Contractor shall prepare and maintain a risk management plan. The Contractor is responsible for detecting, identifying, and managing hazardous materials found at real properties according to Federal, State, and local laws, codes, ordinances, and regulations that apply to environmental quality standards in each community where such property is located. Upon request by the Government, the Contractor is responsible for assisting the participating agencies in determining the value of real property through a certified third party appraisal. This RFI is a market research tool to determine the availability of sources prior to issuance of an RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Department of the Treasury, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made based on information received in response to this notice. If the solicitation is issued, source selection procedures will be used, which will require offerors to submit technical experience, management plan, past performance, price and other factors for evaluations. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The NAICS code for this sources sought synopsis is 531390. The size standard for this NAICS code is $2,000,000.00. Potential offerors are required to provide demonstrated evidence of qualifications as part of their Statement of Capability (SOC). The Statement of Capability (SOC) will determine whether adequate sources exist that can provide the services specified herein. At a minimum, the SOC shall include the following: 1) The full name and address of the firm; 2) The name of two principals (including titles, telephone and fax numbers) of the firm; 3) The firm's business size and socioeconomic designations (8a, SDVOSB, HUBzone, etc.), if applicable; 4) A narrative description of the firm's ability to provide the services described above; and 5) Information on relative past projects (up to 3 performed in the last 5 years) that best illustrate your qualifications for this requirement. Of particular interest are projects where your company has performed property management or similar services for a federal agency. Include prior experience of key company personnel both as prime and all planned subcontractors showing experience in providing the relevant Services that are the subject of this RFI. The Government reserves the right to request additional information, as needed, from any and all respondents. The SOC must be complete and sufficiently detailed to allow Treasury to determine the offeror's capabilities to perform the defined work. The SOC must be on 8x11 inch standard paper and is limited to 10 single-sided pages (12 point font), including all attachments. Interested parties shall e-mail the SOC responses to: Primary Point of Contact Gelila A Teshome Contracting Officer Department of the Treasury Departmental Offices Procurement Services Division 1500 Pennsylvania Avenue, NW Washington, DC 20220 (1425 New York Avenue, NW, 2nd Floor) Attn: Gelila A. Teshome 202-622-1938 Email: Gelila.Teshhome@do.treas.gov Secondary Point of Contact: Patrick K. Breen, Contracting Officer Patrick.Breen@do.treas.gov Phone: 202.622.0248 Washington, DC 20220 The Statement of Capability is due no later than 3:00 pm Eastern Time on April 15, 2010. This synopsis is a request under FAR 15-201(e) for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation, if any. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/DOPSD/PSD/A10042-RFI/listing.html)
- Place of Performance
- Address: All 50 states and the District of Columbia, as well as all U.S. territories on an occasional basis at the express written direction of the Government, similar services for specifically identified real property that may be located internationally., United States
- Record
- SN02096379-W 20100320/100318235208-a955317d9ca0b0539344308291dc54db (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 |