Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2010 FBO #3121
MODIFICATION

X -- National Broker Solicitation Clarification

Notice Date
6/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10110RP0084
 
Response Due
6/14/2010
 
Archive Date
8/13/2010
 
Point of Contact
Brenda Goodworth
 
Small Business Set-Aside
N/A
 
Description
National Broker Solicitation No: VA-101-10-RP-0084 - Clarification 2 1. Question: The operational plan calls for 2 scenarios of 8 pages per scenario. Is it acceptable to combine the page limitation to 16 pages as Scenario #1 requires more narrative than #2. Answer: Yes. The operational Plan Page limitation: Ten (10) pages of narrative information, plus eight (8) additional pages per scenario. 2. Question: Can the Amendment be released as a word document or a PDF? There are some symbols in the version on fbo.gov that are unclear. Answer: The Solicitation and Amendment 1 was submitted as a word document to FBO.gov. This office has no control over fbo.gov release format. 3. Question: Conflicts of Interest based on the response to Question 6 in Amendment 1. Please clarify whether a company that represents both building owners and tenants is permitted to provide services under this contract. It was our understanding that H.4 was included to allow a company to act as a dual agent using Exhibit 3C, through the establishment of a "conflict wall". Would two awarded contractors (separate IDIQ's) be precluded from responding to each other's SFO's? Why would the VA permit dual agency, but not allow one contractor to represent a landlord and bid on another contractor's task order? Answer: Federal regulations require fair and open competition. Therefore, contractors acting as brokers for the VA will not be allowed to respond to SFO's issued by VA Real Property Service. 4. Question: Reference B.2.1 " subcontractions rates are proposed separately" and the response to Questioon 88. Please clarify that the prime contractor has the option of submitting to VA a ingle set of prices that apply to services provided by both the prime and its subcontractios (unified pricing for the VA), and that it is not a requirement to submit separate rates. Answer: There is no requirement to submit separate rates for subcontractors. however, if the contractor plans to use subcontractors those rates can be submitted separately. 5. Question: Reference the respons to Question 44. When it states "Please provide costs for fee-based transactions, "does this require only contractors to fill out the hourly labor rates in Section B, or is other pricing required? Answer: C.5.9 Other Property Transactions require separate pricing. Services under C.5.9 may be paid for on a commission of fee base as determined on a case-by-case bases. Please provide costs for fee-based transactions outlined in section C.5.9. 6. Question: Reference the response to Question 55. When it states, "Print and submit with your proposal". Does this mean to print, then scan, then include it as part of the electronic CD submission? Or is VA asking contractors to print and submit as electronic copy? Answer: Print, scan and submit as part of the electronic CD submission. 7. Question: On page 101 the RFP states that, Subfactors 2 (a) Quality of Services/Cost Control/Timeliness/Business Relations "This factor considers an offeror's (not only the corporate entity but also individual personnel) experience in perfdorming tenant representation commercial broker services similar to the services described in the solicitation within the last three years as a prime contrator". At least five refernced clients will be contacted to verify the level of experience claimed. As a minimum requirement for an acceptable score for this factor, an offeror shall demonstrate experience in providing services to at least two clients with nationwide service requirements". Please confirm that qualifications of the subcontractors can be considered to meet this requirement. Answer: Subcontractors qualifications will be considered in accordance with the evaluation crieria set forth in Section M. 8. Please confim that firms can submit in more than one proposal. Can a firm submit as a prime on one team and as a sub on another team? Answer: Yes. 9. Question: Can VA personnel who are overseeing a current vendor's work be asked to submit a recommendation on behalf of an offeror for this solicitation? Answer: VA personnel can be used as reference. 10. Question: In an effort to be fully responsive and thorough on the Staffing Plan, we are unable to keep the page limitation to 5 pages which also includes 2 pages of resumes for the PM and APM. My concern is that Factor 1 is the most important of the Technical evaluation criteria and the Staffing Plan is the most important Subfactor of Factor1. I have the total page number at 7 including the resumes. Will the VA consider increasing the page limitation for the Staffing Plan? Answer: Subfactor 1 (a); Staffing Plan page limitation is changed from five (5) pages to ten (10) pages. 11. Question: Exhibit 13 ( Regulations of the Attorney General Concerning Title) is included in the table of contents; however it is not included with the documentation. Can you provide this Exhibit? Answer: Exhibit 13 provides guidance for the preparation of title in land acquisitions. Contact the Department of Justice; Environment and Natural Resources Division land Acquisition Section; Title Standards 2001; A Guide for the Preparation of Title Evidence in Land Acquisition by the U.S.A. Website: http://www.justice.gov/enrd/2001_Title_Standards.html#chap_5
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10110RP0084/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20420
 
Record
SN02172981-W 20100611/100609235421-e87c5b4aed9e84069436d287e575e6ff (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.