Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2018 FBO #6232
SOURCES SOUGHT

R -- Hospitality Consultant Services for the development of commercial real estate l

Notice Date
12/14/2018
 
Notice Type
Synopsis
 
NAICS
531390 — Other Activities Related to Real Estate
 
Contracting Office
NPS, PWR - LAKE MABO<br />601 Nevada Way<br />Boulder City<br />NV<br />89005-2426<br />US<br />
 
ZIP Code
89005
 
Solicitation Number
140P8119Q0015
 
Response Due
1/9/2019
 
Archive Date
1/24/2019
 
Point of Contact
Stubitz, Maria
 
Small Business Set-Aside
Total Small Business
 
Description
The National Park Service is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified below to determine their availability, capability and adequacy in providing hospitality consultant support and development of a lease strategy for the Lake Mead National Recreation Area Cottonwood Cove Marina. The Cottonwood Cove Marina and related facilities includes a full service marina, motel, restaurant, retail store, trailer facilities, dry storage, and other related facilities, currently operated under a concession contract, CC-LAKE001-73. The Service has approval, and seeks consultant support, to convert the concession contract to a commercial real estate lease. The work requires the following duties: Provide hospitality consultant services to develop, support, and advise NPS staff in the development of a Request for Qualifications (RFQ) (if necessary), a Request for Proposals (RFP), and development of a commercial real estate lease subject to review and approval with the DOI Office of Solicitor, to lease the Cottonwood Cove Marina. The consultant will be the lead project manager from beginning to end from project conception, definition, execution, transition, to project close. The consultant is expected to provide written opinions regarding the marina market and rents, support in the development of the RFQ and RFP; provide RFQ and RFP proposal evaluation support, provide support for lease negotiation, transition strategies, as well as related planning, finance, accounting, real estate analysis, and public sector financial advisory services. The project will be implemented using the North American Industry Classification System (NAICS) Code 531390 ¿ Other Activities Related to Real Estate. The small business size standard is $7.5 million in average annual receipts. The applicable classification code is R411 Real Property Appraisals Services. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 531390 and is considered a small business under the small business size standard and has performed similar projects noted below, a response to this notice is highly encouraged. This is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Submission Instructions: Responses via email are due at 12:00 PM Wednesday, January 9, 2019. to Maria Stubitz at maria_stubitz@nps.gov. Capabilities Statements must include the information requested below. Responses greater than 5 single-sided pages (including all attachments) will not be considered. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm ¿s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Points of contact (names, titles, phone numbers and email addresses); 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Small Business designation/status (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Small Disadvantaged Business 7. Include a brief summary of the similar work performed, supporting narrative to show why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects through the submission of 3 examples of past performance (including project management responsibilities, technical & specialist team capabilities, document writing, and any special project aspects (e.g. capital improvements and funding alternatives). The Service is particularly interested in development project management from start to finish for a commercial lease including the same or similar services to those offered at the Cottonwood Cove Marina, and must include direct marina consulting experience or the ability to add direct marina consulting experience to your project team. Please include any consulting experience with a public agency. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8119Q0015/listing.html)
 
Record
SN05175009-F 20181216/181214230014 (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  © 1994-2020, Loren Data Corp.