SOURCES SOUGHT
R -- COMMERCIAL REAL ESTATE DATA SUBSCRIPTION
- Notice Date
- 5/9/2018
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
- ZIP Code
- 00000
- Solicitation Number
- 140G0218Q0144
- Response Due
- 5/11/2018
- Archive Date
- 5/26/2018
- Point of Contact
- Danso, Jerry
- Small Business Set-Aside
- Total Small Business
- Description
- COMMERCIAL REAL ESTATE DATA SUBSCRIPTION THIS IS A SOURCES SOUGHT/RFI NOTICE ONLY for market research purposes to identify interested vendors for the potential requirement detailed below. A formal solicitation and performance work statement are not available. Additionally, in accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. The US Geological Survey (USGS) has a requirement Commercial Real Estate Data Subscription Service that provides accurate, extensive, and reliable commercial property rent/lease and sales data including market rent trends for commercial listings throughout the nation, including coverage in smaller rural cities and towns. The data subscription service would provide the USGS with reliable data for seeking property comparables and market rent trend graphs to determine fair and reasonable rents for similar properties within a specific geographic area. USGS will use this data as supportive documentation in negotiating fair and reasonable rental rates for USGS leased facilities. Salient Characteristics Annual Data subscription service must provide the following base services: ¿Access to commercial real estate rent/lease/sale data from the entire commercial MLS throughout the United States including Alaska and Hawaii. ¿Provide locality demographic information. ¿Property details should include building information, photos, aerial imagery, floor plans, and maps as available for each property. ¿Create property search reports in PDF format and market data analysis and/or market condition reports including market trends. ¿Must provide details of rental types such as Full Service Gross, Triple Net, and Modified Gross. ¿Have the ability to analyze rents in markets nationwide including those markets outside of major metropolitan areas to include smaller rural cities and towns. ¿Map based online searches with multiple refinements and filters such as property type, property size, available square footage, geography, acreage, lease rate. ¿Map based search filters via polygon, radius, corridor, zip code, state, city, and county. ¿Ability to set notification alerts for new properties on the market ¿Mobile access to data through iPhone (IOS) & Android applications. Evaluation Criteria: The Government will evaluate both technical and price/cost factors and will award to the contractor whose proposal offers the best value to the government, considering trade-offs between price/cost and technical factors with price weighted approximately equal to technical factors. Quantity of data (Average per month) Quality of data (Accuracy and timeliness of data) Usability and ease of use of the system Offerors shall submit a complete package containing a list of all features included in the subscription package. Upon review ¿ the government may ask for a web-based demonstration of their product, specifically including lease searches for three separate locations within the country, provided during the demonstration. PERIOD OF PERFORMANCE: The period of performance shall be one (1) base year and four (4) option periods of one (1) year each. The North American Industry Classification System (NAICS) code is 518210 and the size standard is $32.M annually. There is no incumbent contractor. All business concerns who believe they can responsibly perform this requirement should submit the following information to the contracting officer no later than 3PM EST Friday, May 11, 2018: 1.Capability statement describing corporate expertise and technical qualifications in the work described above. 2.Past performance information describing other contracts for similar services your company has been awarded. Past performance information should be submitted for projects conducted within the last three years and include: project title, location, whether the work was as a prime or subcontractor, contract/subcontract dollar value, type of contract, percentage of self-performed work, and overall performance rating received. 3.Small business status of vendor (8(a), HUBZone, SDVOSB, etc.) 4.Point of contact information for vendor, Cage Code, and D&B Number. 5.Any other information that will prove the vendor is capable of performing the required effort. Submissions should be emailed to Jerry Danso, Contract Specialist, jdanso@usgs.gov. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this announcement. All questions and concerns may be submitted to the Contract Specialist via email only at jdanso@usgs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0218Q0144/listing.html)
- Record
- SN04916875-W 20180511/180509230913-5edb40f17448f7d24883deb51d8ab232 (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 |