Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
MODIFICATION

M -- USDA RD MI-MFH MANAGER SERVICES - Amendment 1

Notice Date
6/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
531311 — Residential Property Managers
 
Contracting Office
Department of Agriculture, Rural Development, Michigan State Office, 3001 Coolidge Road, Sutie 200, East Lansing, Michigan, 48823
 
ZIP Code
48823
 
Solicitation Number
AG-5441-K-16-0019
 
Point of Contact
Karen D. Cooper, Phone: 517-324-5203
 
E-Mail Address
karend.cooper@mi.usda.gov
(karend.cooper@mi.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMEND 0001 EXTENSION *** THIS AMENDMENT EXTENDS THE DUE DATE FOR OFFERS TO JUNE 30 *** This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Federal Acquisition Regulation Subparts 12, 15 and 37, supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PPROPOSALS ARE BEING REQUESTED. USDA Rural Development (RD) in Michigan requires management services for Multi-Family Housing (MFH) properties per HB-2-3560 (MFH Asset Management Handbook). Properties are expected to come into inventory during Fiscal Years 2016-2018. The typical MFH project is located in a rural area (less than 35,000 residents); has an average of 24-units in 2 buildings; rental assistance to some tenants; average occupancy is 75%; projects are in good state of repair. The Contractor shall furnish all necessary personnel, materials, and otherwise do all things necessary to perform the required services as identified in the solicitation. USDA RD anticipates awarding up to five (5) Blanket Purchase Agreements (BPA) to This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Federal Acquisition Regulation Subparts 12, 15 and 37, supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PPROPOSALS ARE BEING REQUESTED. USDA Rural Development (RD) in Michigan requires management services for Multi-Family Housing (MFH) properties per HB-2-3560 (MFH Asset Management Handbook). Properties are expected to come into inventory during Fiscal Years 2016-2018. The typical MFH project is located in a rural area (less than 35,000 residents); has an average of 24-units in 2 buildings; rental assistance to some tenants; average occupancy is 75%; projects are in good state of repair. The Contractor shall furnish all necessary personnel, materials, and otherwise do all things necessary to perform the required services as identified in the solicitation. USDA RD anticipates awarding up to five (5) Blanket Purchase Agreements (BPA) to RD-accepted agents capable of providing tenant leasing and services, financial management, and property maintenance services for government-managed/owned multi-family properties. The prospective agent must have experience managing all these areas. The total requirement for the duration of the BPA is estimated to be less than $150,000. FY 16 management fees are set at $47 per occupied unit per month (PUPM) by RD Handbook HB-2-3560, Chapter 3, Atch. 3-F. Quotes requested for monthly service and monthly grounds-keeping fees. PERIOD OF PERFORMANCE: The base performance period ( will be effective from the date of award through September 30 2016. Performance may extend two optional years (ending September 30 each year) or until the property is sold, transferred or the BPA is terminated, whichever occurs first. The option years may or may not be exercised by the Contracting Officer. The BPA may be cancelled by either party in writing at any time according to the terms of the agreement. Contracts under the BPA may be terminated if funds are not available for the continuation of the work under contract in any year covered. PERFORMANCE REQUIREMENTS AND STANDARDS: Provided in Section C-Performance Work Statement (PWS); Section H-Special Contract Requirements 1) Management agents must be qualified to provide financial administration, tenant management, and physical management and maintenance of multiple project/properties according to RD-HB-2-3560. Qualification must be completed prior to date of award. 2) System for Award Management (SAM) REGISTRATION: All vendors must have and maintain an active registration in SAM, at https://www.sam.gov/, to be eligible for government contracts. The Representations and Certifications section must be completed. 3) This is a Total Small Business Set Aside (no special set-aside). The applicable NAICS code for this work is 531311 "Residential Property Managers", with a business size standard of $7.5 million average revenue. This size represents the previous three years revenue as defined at this Small Business Administration page: http://www.sba.gov/content/table-small-business-size-standards. Your firm plus all affiliates must have total average revenue at or below this size. This NAICS code must be included in your SAM registration, regardless of other codes you include in your registration. 4) The Equal Opportunity and Service Contract Labor Standards apply. EVALUATION PROCEDURES: Refer to the information under Section L- Evaluation Factors for Award. RD MI will review proposals and select the proposal(s) that represent the best value. Evaluations will be based solely on the factors and subfactors contained in the solicitation. SUBMISSION OF OFFERS: Interested Contractors wishing to enter into a BPA should reply via secure email or mail to the Contracting Officer listed below no later than the date and time specified (eastern time). Emailed packages are preferred. For mailed proposals, please be sure to reference "SOLICITATION #AG-5441-S-16-0019" on the outside of mail package. Karen D. Cooper, Contracting Officer USDA, Rural Development 3001 Coolidge Rd, Ste. 200 East Lansing MI 48823-6350 KarenD.Cooper@mi.usda.gov Prospective Offerors should submit any questions regarding this solicitation in writing or e-mail to karend.cooper@mi.usda.gov no later than three days prior at 4:00 P.M., ET. Questions received after that date may not be answered prior to the date established for the receipt of proposals. ACCEPTANCE OF OFFERS: The Contracting Officer will return a signed BPA via email to accepted offeror. Those not accepted will be notified by email within 1 week of award. Submissions will be retained in the contract file. Award is anticipated to be completed by July 1. capable of providing tenant leasing and services, financial management, and property maintenance services for government-managed/owned multi-family properties. The prospective agent must have experience managing all these areas. The total requirement for the duration of the BPA is estimated to be less than $150,000. FY 16 management fees are set at $47 per occupied unit per month (PUPM) by RD Handbook HB-2-3560, Chapter 3, Atch. 3-F. Quotes requested for monthly service and monthly grounds-keeping fees. PERIOD OF PERFORMANCE: The base performance period ( will be effective from the date of award through September 30 2016. Performance may extend two optional years (ending September 30 each year) or until the property is sold, transferred or the BPA is terminated, whichever occurs first. The option years may or may not be exercised by the Contracting Officer. The BPA may be cancelled by either party in writing at any time according to the terms of the agreement. Contracts under the BPA may be terminated if funds are not available for the continuation of the work under contract in any year covered. PERFORMANCE REQUIREMENTS AND STANDARDS: Provided in Section C-Performance Work Statement (PWS); Section H-Special Contract Requirements 1) Management agents must be qualified to provide financial administration, tenant management, and physical management and maintenance of multiple project/properties according to RD-HB-2-3560. Qualification must be completed prior to date of award. 2) System for Award Management (SAM) REGISTRATION: All vendors must have and maintain an active registration in SAM, at https://www.sam.gov/, to be eligible for government contracts. The Representations and Certifications section must be completed. 3) This is a Total Small Business Set Aside (no special set-aside). The applicable NAICS code for this work is 531311 "Residential Property Managers", with a business size standard of $7.5 million average revenue. This size represents the previous three years revenue as defined at this Small Business Administration page: http://www.sba.gov/content/table-small-business-size-standards. Your firm plus all affiliates must have total average revenue at or below this size. This NAICS code must be included in your SAM registration, regardless of other codes you include in your registration. 4) The Equal Opportunity and Service Contract Labor Standards apply. EVALUATION PROCEDURES: Refer to the information under Section L- Evaluation Factors for Award. RD MI will review proposals and select the proposal(s) that represent the best value. Evaluations will be based solely on the factors and subfactors contained in the solicitation. SUBMISSION OF OFFERS: Interested Contractors wishing to enter into a BPA should reply via secure email or mail to the Contracting Officer listed below no later than Monday, June 20, 2016, 08:00 A.M. Eastern Time. Emailed packages are preferred. For mailed proposals, please be sure to reference "SOLICITATION #AG-5441-S-16-0019" on the outside of mail package. Karen D. Cooper, Contracting Officer USDA, Rural Development 3001 Coolidge Rd, Ste. 200 East Lansing MI 48823-6350 KarenD.Cooper@mi.usda.gov Prospective Offerors should submit any questions regarding this solicitation in writing or e-mail to karend.cooper@mi.usda.gov no later than Thursday, June 16, 4:00 P.M., ET. Questions received after that date may not be answered prior to the date established for the receipt of proposals. ACCEPTANCE OF OFFERS: The Contracting Officer will return a signed BPA via email to accepted offeror. Those not accepted will be notified by email within 1 week of award. Submissions will be retained in the contract file. Award is anticipated to be completed by July 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/RD/MI/AG-5441-K-16-0019/listing.html)
 
Place of Performance
Address: Michigan, United States
 
Record
SN04155960-W 20160622/160620234939-4867da7f6791964162dbbc449388489d (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.