Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
DOCUMENT

R -- Sources Sought Notice - NCO 19 Broker Contract - Attachment

Notice Date
10/14/2016
 
Notice Type
Attachment
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917N0025
 
Response Due
10/21/2016
 
Archive Date
10/31/2016
 
Point of Contact
Beverly Kimball, Contract Officer
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought Synopsis: The Oklahoma City Department of Veterans Affairs (VA) on behalf of the South Area West (SAO West) Regional Office (NCO19), is conducting market research/seeking capable sources from licensed and experienced Real Estate Broker firms that are classified and registered in www.vip.vetbiz.gov as either Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) that are interested in a forecasted requirement for Lease Acquisition Support Services. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 531210 Office of Real Estate Agents and Brokers. The size standard for NAICS 531210 is $7.5M. This is not a request for proposals, only a request for information for planning purposes, and does not constitute a solicitation. A solicitation may or may not be issued. This notice is being published in accordance with Federal Acquisition Regulation 19.14 and VA Acquisition Regulation 819.70. Project Requirements: SAO West, NCO 19, through the Oklahoma City VA Medical Center, seeks information from Offerors who are capable of successfully performing a Lease Acquisition Support Services contract. Lease Acquisition Support Services are needed for an initial estimated range of 10-17 Community Based Outpatient Clinics and Vet Centers located in a variety of designated areas of the South West region (SAO West). Regions primarily served in SAO West area are: Montana, Nevada, Wyoming, Utah, Colorado, Northern Texas, and Oklahoma, and the space needs range from 2,900 Net Usable Square Feet (NUSF), and up to over 30,000 NUSF. The terms for the leases may be up to 10 years including options. Additional leases may be added upon bilateral agreement as workload demands escalate and/or upon contractor capacity and demonstrated capability in the coming option years in the form of an IDIQ requirement. VA anticipates Lease Acquisition Support Services are firm-fixed price commission based paid (75%) after lease award and (25%) after building space acceptance. SDVOSB and VOSB firms are invited to provide information to contribute to the market research for this project. SDVOSB and VOSB firms must be registered in VA's Vendor Information Pages (VIP) site at https://www.vip.vetbiz.gov/ and have the technical skills and financial capabilities necessary to perform the stated requirements. SDVOSB and VOSB firms are requested to submit a Capabilities Statement to VA for review. SDVOSB and VOSB firms may provide a Capabilities Statement if they are interested in participating in this project. A submission checklist and information sheet is provided below for firms to fill out and submit, which will serve as the firm's Capabilities Statement. Capabilities Statement Will Include: 1. Company name, address, point of contact, phone number, Dunn & Bradstreet number, and e-mail address; 2. Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); 3. Evidence of ability to offer under NAICS Code 531210 and listing in the System for Award Management (www.SAM.gov), including a copy of the representations and certifications made in that system; 4. A summary describing at least two (2) projects of similar size and scope completed in the past five (5) years that demonstrate your company's experience with Federal Government Lease Acquisition Support Services for Federal leased facilities or health care facilities relevant to the projects described above. (2-page limit); 5. Evidence of your company's licenses to operate as a Real Estate Broker in the States described for these projects. 6. Description of capacity to meet support services for up to five Lease Acquisitions described above compared to current workload; and 7. Evidence of capability to obtain financing for a project of similar size and scope. If desired, the company may also submit a narrative describing its capability. (3-page limit). Although this notice focuses on SDVOSB and VOSB, we encourage all small businesses and other interested parties to respond for market research purposes. All interested parties should respond to this notice no later than 4:00 pm Eastern Time, on October 21, 2016. Please submit your response via email to Beverly Kimball, Contracting Officer, Oklahoma City VAMC at Beverly.Kimball@va.gov. Note that the email mailbox will only accept e-mails of 5MB in size or smaller. If your attachments exceed this size, please send multiple emails and clearly label them in sequence. ? CAPABILITIES STATEMENT SUBMISSION CHECKLIST AND INFORMATION SHEET Lease Acquisition Support Services Solicitation No. VA259-17-N-0025 Please send this information sheet and supporting documentation to Beverly.Kimball@va.gov by 4:00 PM Eastern Time on October 21, 2016. Company name: Company address: Dunn & Bradstreet number: Point of contact: Phone number: Email address: The following items are attached to this Capabilities Statement: ?Evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.gov/); ?Evidence of ability to offer under NAICS Code 531210 and listing in the System for Award Management (www.SAM.gov), with representations and certifications; ?A summary describing at least two (2) projects of similar size and scope completed in the past five (5) years that demonstrate your company's experience with Federal Government Lease Acquisition Support Services for Federal leased facilities or health care facilities relevant to the projects described above. (2-page limit); ?Evidence of your company's licenses to operate as a Real Estate Broker in the States described for these projects, ?Description of capacity to meet support services for up to five Lease Acquisitions described above compared to current workload; and ? Evidence of capability to obtain financing for a project of this size. If desired, the company may also submit a narrative describing its capability, not to exceed two (2) pages. See Draft Performance Work Statement provided below for further details of requirement. SAO West NCO19 - Real Estate Broker Services Lease Acquisition Support Services Draft Performance Work Statement I. General The Oklahoma City VA Medical Center seeks information from Offerors who are capable of successfully performing a Lease Acquisition Support Services contract. Lease Acquisition Support Services are needed for an estimated range of 10-17 Community Based Outpatient Clinics and Vet Centers located in a variety of designated areas of the South West region (SAO West). Regions primarily served in SAO West area are: Montana, Nevada, Wyoming, Utah, Colorado, Northern Texas, and Oklahoma, and the space needs range from 2,900 Net Usable Square Feet (NUSF),and up to over 30,000 NUSF. The terms for the leases may be up to 10 years including options. The services described in this Draft Performance Work Statement will be needed for each of the lease projects and may include all or a combination of the following steps: 1) participating in a project orientation with the Project Manager (PM) and Contracting Officer (CO), other Government personnel, and other contractors; 2) advertising the requirement in the local newspaper; 3) analyzing and surveying the market and preparing a market survey report; 4) assisting in developing and coordinating a Request for Lease Proposals (RLP) or Solicitation for Offers (SFO) and any RLP or SFO amendments; 5) assist with analysis of offers; 6) preparing financial analyses; 7) providing technical support in negotiations and discussions with offerors; 8) preparing the draft lease documents and draft lease amendments, and coordinating approvals; 9) assist in performing post award services, and 10) assisting VA with preparation of GREX/OAEM document requirements as well as drafting responses to FOIA inquiries, Congressional requests, and other inquiries, claims, litigation, settlements, and disputes. The Contractor shall conduct these tasks in accordance with applicable regulations and guidance upon the receipt of a written Task Order (TO). Task Order for this Contract shall not exceed $1,000,000 in commission. II. Regulations, Processes, and Procedures The General Services Administration (GSA) Manual (GSAM) Part 570 includes the GSA regulations applicable to leasing, and VA's Lease-Based Outpatient Clinic Design Guide (Design Guide) includes regulations and guidance on VA-specific leasing processes and procedures. III. Tasks The following table sets forth the standard tasks under this Contract as they relate to lease acquisition services which may include competitive and noncompetitive leases, lease extensions, and strategic planning. These services may require the completion of all or a combination the following: requirements development, lease acquisition, and post award services as indicated below. Procurement StepServices Deliverables Ongoing - Facilitate meetings and conference calls - Track and update project timeline - Engage in non-binding communication with interested parties- Meeting notes/minutes - Project timeline/Schedule - Assisting VA with FOIA inquiries, Congressional and other governmental inquiries, claims, litigation, settlements, and disputes Project Initiation- Market research - Kickoff call - Assist in development of requirements- Informal report on market conditions, available land/space, and rental rates - Meeting notes/minutes GSA Delegation Request- Provide VA with draft delegation request documentation - If requested, upload documentation to GREX and submit delegation request- Market data, forms, floodplain maps, and other information as requested by PM or CO Advertisement- Map and research delineated area - Compose advertisements - Publish VA approved first newspaper advertisement - To the extent subsequent newspaper advertisements are need, work directly with local team to get advertisement published using purchase card- Delineated area description and map - Floodplain map - Public transportation map - Map of amenities - Fedbizopps.gov and newspaper advertisements Market Survey- Facilitate market survey scheduling and logistics - Provide transportation to members - Answer questions and provide information to market survey team - List of properties submitted and recommendation for properties to tour - Binder of materials for market survey team review - Market Survey Report RLP/SFO and Conceptual Design Development- Prepare RLP/SFO and incorporate project-specific edits - Keep RLP/SFO updated to incorporate new standards and requirements - Facilitate communications between PM, CO, user group, and other contractors -Pre-proposal Conference Coordination- Complete RLP/SFO with all exhibits, schedules, and attachments - Notification of RLP/SFO release to be published on FBO SFO Publication- Provide complete SFO to all interested parties in electronic format and amendments- List of SFO recipients Pre Proposal Conference- Provide equipment or space if necessary - Assist in facilitating the meeting and coordinating with all parties - Provide court reporter - Providing meeting documents- Meeting minutes - Compilation of questions asked and assist in draft answers Technical Evaluation Board (TEB)- Provide equipment or space if necessary - Review submitted offers for completeness and complete an abstract of offers received - Contact offerors to request missing information - Duplicate offeror submissions as necessary for use by TEB members - Prepare evaluation documents for review by PM and CO - Prepare packages of approved materials for use by TEB members - Provide a means by which TEB members will score and evaluate offers electronically and those scores and by which evaluations can be captured and saved to the contract file - Assist in conducting past performance, reference, and financial vetting activities as required by the CO - Check that TEB members completed their evaluations fully and signed where appropriate- Evaluation Factor Definitions - Scoring/comment electronic interface - Abstract of offers received - Documentation of reference checks/past performance verification/financial capability confirmation - Cost benefit analysis Evaluation- Compile technical scores and comments - Complete draft financial analysis of offers including NPV price or cost - Analyze technical and pricing scores - Highlight any deficiencies, errors, omissions, or inconsistencies in technical or pricing information provided by offerors- TEB report with NPV data - Synopsis of strengths, weaknesses, deficiencies of offers - Synopsis of TEB comments - Summary of combined technical and financial data - Draft ranking based on combined scores Oral Presentations- Facilitate scheduling oral presentations with TEB members, PM, CO, and offerors - Provide presentation equipment or space if necessary- List of questions for CO FPR Requests- Prepare draft request letters and any and all attachments for review by PM and CO - Dispatch signed, approved documents to offerors- FPR request letters - Clarifications and Amendments as necessary Negotiations/Discussions- Handle logistics and coordination for setting up calls and meetings - Assist with negotiation as technical subject matter expertise - Brief the PM and CO prior to calls and meetings - If requested, lead all or a portion of calls and meetings- Meeting minutes Amendments and Clarifications- Draft amendments and clarifications as needed and circulate for VA comment and approval - Finalize documents and transmit to PM and CO for approval - Distribute final, approved documents to offerors- Final, approved amendments and clarifications Award preparation- Provide awardee information to PM and CO upon request - Assemble and analyze data, documents, and project artifacts as necessary to present a complete picture of the procurement process and prospective winning offer for review and analysis by VA- Complete review binders for OGC and Office of Management - Draft lease documents - Contract clearance/file documents as necessary Award - Implement any edits made by concurring offices or other VA officials - Obtain offeror signature and initials on necessary documents - Prepare correspondence to successful and unsuccessful offerors - Coordinate original signed documents to PM and in advance of the anticipated award date - Coordinate and facilitate debriefings as necessary- Pre-award letter for signatures/initials - Award letter and "unsuccessful" letters - Two copies of complete lease initialed and signed by offeror Post-Award - Facilitate scheduling post-award kickoff meeting to occur within ten (10) days of lease award - Provide copies of lease and procurement documentation to VA personnel as necessary - Collect commission from lessor- Complete, signed, initialed lease on CD (10 copies) - Kickoff meeting agenda and minutes - Debriefing materials - Correspondence to lessor and offerors as necessary - Rule 4 file and any other required documents for any protest filed - Assisting VA with FOIA inquiries, Congressional and other governmental inquiries, claims, litigation, settlements, and disputes. Acceptance- Coordinate with lessor to arrange walk-through date(s) - Prepare final lease amendment documents to memorialize acceptance, final tenant improvement numbers, and rent start date- Lease Amendment(s) - Correspondence to lessor as necessary Contractors will not perform inherently governmental functions and must conform to FAR Clause 52.203-16. 52.203-16 - Preventing Personal Conflicts of Interest. Preventing Personal Conflicts of Interest (Dec 2011) (a) Definitions. As used in this clause-- "Acquisition function closely associated with inherently governmental functions" means supporting or providing advice or recommendations with regard to the following activities of a Federal agency: (1) Planning acquisitions. (2) Determining what supplies or services are to be acquired by the Government, including developing statements of work. (3) Developing or approving any contractual documents, to include documents defining requirements, incentive plans, and evaluation criteria. (4) Evaluating contract proposals. (5) Awarding Government contracts. (6) Administering contracts (including ordering changes or giving technical direction in contract performance or contract quantities, evaluating contractor performance, and accepting or rejecting contractor products or services). (7) Terminating contracts. (8) Determining whether contract costs are reasonable, allocable, and allowable. "Covered employee" means an individual who performs an acquisition function closely associated with inherently governmental functions and is- (1) An employee of the contractor; or (2) A subcontractor that is a self-employed individual treated as a covered employee of the contractor because there is no employer to whom such an individual could submit the required disclosures. "Non-public information" means any Government or third-party information that- (1) Is exempt from disclosure under the Freedom of Information Act (5 U.S.C. 552) or otherwise protected from disclosure by statute, Executive order, or regulation; or (2) Has not been disseminated to the general public and the Government has not yet determined whether the information can or will be made available to the public. "Personal conflict of interest" means a situation in which a covered employee has a financial interest, personal activity, or relationship that could impair the employee's ability to act impartially and in the best interest of the Government when performing under the contract. (A de minimis interest that would not "impair the employee's ability to act impartially and in the best interest of the Government" is not covered under this definition.) (1) Among the sources of personal conflicts of interest are- (i) Financial interests of the covered employee, of close family members, or of other members of the covered employee's household; (ii) Other employment or financial relationships (including seeking or negotiating for prospective employment or business); and (iii) Gifts, including travel. (2) For example, financial interests referred to in paragraph (1) of this definition may arise from- (i) Compensation, including wages, salaries, commissions, professional fees, or fees for business referrals; (ii) Consulting relationships (including commercial and professional consulting and service arrangements, scientific and technical advisory board memberships, or serving as an expert witness in litigation); (iii) Services provided in exchange for honorariums or travel expense reimbursements; (iv) Research funding or other forms of research support; (v) Investment in the form of stock or bond ownership or partnership interest (excluding diversified mutual fund investments); (vi) Real estate investments; (vii) Patents, copyrights, and other intellectual property interests; or (viii) Business ownership and investment interests. (b) Requirements. The Contractor shall- (1) Have procedures in place to screen covered employees for potential personal conflicts of interest, by- (i) Obtaining and maintaining from each covered employee, when the employee is initially assigned to the task under the contract, a disclosure of interests that might be affected by the task to which the employee has been assigned, as follows: (A) Financial interests of the covered employee, of close family members, or of other members of the covered employee's household (B) Other employment or financial relationships of the covered employee (including seeking or negotiating for prospective employment or business). (C) Gifts, including travel; and (ii) Requiring each covered employee to update the disclosure statement whenever the employee's personal or financial circumstances change in such a way that a new personal conflict of interest might occur because of the task the covered employee is performing. (2) For each covered employee-- (i) Prevent personal conflicts of interest, including not assigning or allowing a covered employee to perform any task under the contract for which the Contractor has identified a personal conflict of interest for the employee that the Contractor or employee cannot satisfactorily prevent or mitigate in consultation with the contracting agency; (ii) Prohibit use of non-public information accessed through performance of a Government contract for personal gain; and (iii) Obtain a signed non-disclosure agreement to prohibit disclosure of non-public information accessed through performance of a Government contract. (3) Inform covered employees of their obligation- (i) To disclose and prevent personal conflicts of interest; (ii) Not to use non-public information accessed through performance of a Government contract for personal gain; and (iii) To avoid even the appearance of personal conflicts of interest; (4) Maintain effective oversight to verify compliance with personal conflict-of-interest safeguards; (5) Take appropriate disciplinary action in the case of covered employees who fail to comply with policies established pursuant to this clause; and (6) Report to the Contracting Officer any personal conflict-of-interest violation by a covered employee as soon as it is identified. This report shall include a description of the violation and the proposed actions to be taken by the Contractor in response to the violation. Provide follow-up reports of corrective actions taken, as necessary. Personal conflict-of-interest violations include- (i) Failure by a covered employee to disclose a personal conflict of interest; (ii) Use by a covered employee of non-public information accessed through performance of a Government contract for personal gain; and (iii) Failure of a covered employee to comply with the terms of a non-disclosure agreement. (c) Mitigation or waiver. (1) In exceptional circumstances, if the Contractor cannot satisfactorily prevent a personal conflict of interest as required by paragraph (b)(2)(i) of this clause, the Contractor may submit a request through the Contracting Officer to the Head of the Contracting Activity for- (i) Agreement to a plan to mitigate the personal conflict of interest; or (ii) A waiver of the requirement. (2) The Contractor shall include in the request any proposed mitigation of the personal conflict of interest. (3) The Contractor shall- (i) Comply, and require compliance by the covered employee, with any conditions imposed by the Government as necessary to mitigate the personal conflict of interest; or (ii) Remove the Contractor employee or subcontractor employee from performance of the contract or terminate the applicable subcontract. (d) Subcontract flowdown. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts- (1) That exceed $150,000; and (2) In which subcontractor employees will perform acquisition functions closely associated with inherently governmental functions (i.e., instead of performance only by a self-employed individual). (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917N0025/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-N-0025 VA259-17-N-0025_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3056394&FileName=VA259-17-N-0025-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3056394&FileName=VA259-17-N-0025-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 921 NE 13th Street;Oklahoma City, OK
Zip Code: 73104
 
Record
SN04304515-W 20161016/161014233652-e0e3efde52ab3b82f91335a17fa1dee7 (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.