Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2017 FBO #5543
MODIFICATION

R -- Blanket Purchase Agreement for Land Appraisals - Amendment 1

Notice Date
1/24/2017
 
Notice Type
Modification/Amendment
 
NAICS
531320 — Offices of Real Estate Appraisers
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK17599306Q
 
Point of Contact
Dorothy B. Dearborn, Phone: 3218673422, Marco Pochy, Phone: 3218678567
 
E-Mail Address
dorothy.b.dearborn@nasa.gov, marco.l.pochy@nasa.gov
(dorothy.b.dearborn@nasa.gov, marco.l.pochy@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Pricing Tables Amendment 02: This amendment revises portions of section L and M of the solicitation. The proposal due date is hereby extended to February 2, 2017. Amendment 01: This solicitation is hereby extended to 11:59PM eastern time on January 26, 2017 to provide offerors additional time to submit proposals. The Government intends to post responses to questions received on/or about January 17, 2017. The Government intends to issue an amendment to the solicitation on/or about Jan 17, 2017, which may revise the instructions to offerors and evaluation criteria. 1. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as RFQ NNK16599306Q for a Firm Fixed Price (FFP) Blanket Purchase Agreement (BPA) for appraisal services to support the National Aeronautics and Space Administration (NASA) at Kennedy Space Center, Florida. The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular 2005-94. This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 531320, Offices of Real Estate Appraisers, with a size standard of $7.5 million. The Contractor shall appraise properties described in individual call orders (e.g..parcels of vacant land, buildable land, easements, facilities, etc.). The Contractor shall make a detailed field inspection and identification of the various items of the property and shall make such investigations and studies as are appropriate and necessary to enable the Contractor to derive sound conclusions and to prepare the appraisal reports to be furnished under this contract. Upon completion of the inspections, investigations, and studies, the Contractor shall prepare, furnish, and deliver to the Government an appraisal reports in four copies covering said property. The report shall, in form and substance, conform to the requirements for a complete, self-contained appraisal report as set forth by the Uniform Standards of Professional Appraisal Practice (USPAP); shall present adequate factual data to support each rate, percentage, or amount used in sufficient detail to permit an intelligent review of the appraisal report; shall relate conclusions to those facts; and shall, among other things, include the items set forth in Special Requirements and individual task orders. A professional, independent appraiser will review prior to acceptance. 2. The period of performance shall consist of a 2-year base, 2-year option 1, and 1-year option 2. NASA estimates that ten (10) call orders will be issued each year. Appraisals under this BPA will vary in price and complexity, although the attached Statement of Work (SOW) (Attachment 1) is representative of potential appraisals to be completed under this BPA. For evaluation purposes, Offerors shall provide a firm fixed price for the appraisal as stated in Attachment 1. NASA will utilize the proposed price and government estimated quantity of call orders per year to establish the maximum value of the BPA. Future call orders under the BPA will be issued based on quotes received in response to the specific appraisal requirements. Proposed labor categories and fully loaded labor rates will be incorporated into the BPA. In addition, Offerors shall provide a descriptive narrative and/or evidence of: - A minimum of 10 years of experience as certified property appraiser in State of Florida, to include proper accreditations such as general state certification, knowledge of residential and industrial property appraising practices. - Experience demonstrating the appraisal of large, complex, and government owned properties, such as airports, seaports, industrial parks, spaceports, etc. Experience demonstrating the appraisal of NASA property and Air Force property, KSC and Cape Canaveral Air Force Station (CCAFS) is highly desired, although not specifically required. Demonstrate knowledge and experience in market trends for Central Florida (Brevard, Seminole, Orange, Osceola and Volusia Counties). - Description and points of contact for recent (within past 3 years) and relevant experience demonstrating the appraisal of large, complex, and government owned properties, such as airports, seaports, industrial parks, spaceports, etc. - The Offerors staffing approach for the appraisal report required in the sample task, in accordance with the format of Table 1: Sample Task Pricing (Attachment 4). - Proposed labor categories and corresponding fully loaded rates for each year of the BPA, in accordance with the format of Table 2: BPA Labor Rates (Attachment 4). 3. Evaluation Factors and Basis for Award Determination a. The Government intends to award multiple awards under this solicitation, not to exceed three. Award will be made to the lowest three offerors whose Sample Task proposal is determined the Lowest Priced Technically Acceptable proposal. The Government will issue the Sample Task call order to the Offeror with the lowest priced technically acceptable proposal. Future call orders will be competed and awarded using a lowest price technically acceptable (LPTA) evaluation process. b. The Offerors descriptive narrative will be evaluated to determine technical acceptability. Failure to address and provide evidence of the above elements of technical acceptability may result in the Government determining the proposal as non-responsive. Offerors that meet the following minimum qualifications will be determined technically acceptable: - The Offeror shall have at least 10 years of experience as certified property appraiser in State of Florida, maintain proper accreditations such as general state certification, knowledge of residential and industrial property appraising practices. - The Offeror shall demonstrate experience appraising large, complex, and government owned properties, such as airports, seaports, industrial parks, and spaceports, etc. Knowledge and experience in market trends for Central Florida (Brevard, Seminole, Orange, Osceola and Volusia Counties). - The Offerors recent (within the last 3 years) and relevant experience conducting appraisals of large, complex, and government owned properties, such as airports, seaports, industrial parks, spaceports, etc provides at least a High Level of confidence, as defined in NFS 1815.305, that the Offeror is able to perform the BPA requirements. Offerors with Neutral rating will not be excluded from award. - The Offeror's proposed staffing plan for the appraisal identified in the Sample Task demonstrates a clear understanding of the requirements and is feasible to provide the appraisal report required by the sample task. d. NASA will use the price quote for this sample task to determine the Offeror's total evaluated price. The sample task is provided for price evaluation purposes and issuance of the first call order. NASA will obligate funding for this sample task after award of the BPA. 4. The Government intends to evaluate proposals and award a BPA without discussions with offerors. However, the Government reserves the right to conduct discussions or seek clarifications if the Contracting Officer (CO) determines they are necessary. In the event issues pertaining to a proposed task cannot be resolved to the CO's satisfaction, the Government reserves the right to withdraw and cancel the proposed BPA. In such an event, offerors will be notified in writing. 5. Applicable Provisions and Clauses are in Attachment 3. 6. Questions should be addressed to daniel.j.heggen@nasa.gov. Telephone questions will not be accepted. Please provide any questions, in writing, no later than January 26, 2017 at 11:00 AM (ET). The Government reserves the right to not answer questions submitted after this time. Reference number NNK16599306Q should be included in the subject line. 7. Proposals are due no later than February 2, 2017 at 11:00 AM (ET) and should be submitted to the NASA Contract Specialist via the following email address: daniel.j.heggen@nasa.gov. Confirmation of receipt will be provided; if an offeror does not receive confirmation of receipt it is the offeror's responsibility to contact the Contract Specialist to confirm receipt of the proposal. Late offers/bids will be processed in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids, FAR 52.215-1, Instructions to Offerors - Competitive Acquisition, FAR 52.212-1 Instructions to Offerors -Commercial Items, or FAR 52.214-23, Late Submissions, Modifications, and Withdrawals of Technical Proposals under Two Step Sealed Bidding, included in this solicitation. Attachments: 1. Statement of Work (SOW) 2. Blanket Purchase Agreement (BPA) 3. Applicable Provisions and Clauses 4. Pricing Tables
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK17599306Q /listing.html)
 
Record
SN04380036-W 20170126/170124235139-a0fcbb193f4a0e1674c3505549a42923 (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.