SOURCES SOUGHT
R -- Military Housing Privatization Initiative (MHPI) Support Services Sources Sought Notice
- Notice Date
- 5/28/2021 10:00:07 AM
- Notice Type
- Sources Sought
- NAICS
- 531390
— Other Activities Related to Real Estate
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J22RMHPI
- Response Due
- 6/28/2021 10:00:00 AM
- Archive Date
- 07/13/2021
- Point of Contact
- Michael T. Bilicki, Phone: 2104662267, Angelic Hatcher, Phone: 2104662277
- E-Mail Address
-
michael.t.bilicki.civ@mail.mil, angelic.m.hatcher.civ@mail.mil
(michael.t.bilicki.civ@mail.mil, angelic.m.hatcher.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT NOTICE Financial, Real Estate Analytical, Advisory and Consulting Support Services for Office of the Deputy Assistant Secretary of the Army for Installations, Housing, & Partnerships (ODASA (IH&P)) Deputy Chief of Staff (DCS), G9, Army Materiel Command Headquarters, and Installation Management Command Headquarters W9124J-22-R-MHPI NOTICE TYPE: THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure Financial, Real Estate Analytical, Advisory and Consulting Support Services to the Office of the Deputy Assistant Secretary of the Army for Installations, Housing, & Partnerships (ODASA (IH&P)) the Deputy Chief of Staff (DCS), G9, Army Materiel Command Headquarters, and Installation Management Command Headquarters, as defined in the attached Draft Performance Work Statement by supporting a small business program, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside.� Be advised the Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set aside.� We encourage all small businesses, in all socioeconomic categories (including 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns) to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. �Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. �The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Government-wide Point of Entry beta.sam.gov (Contracting Opportunities). �It is the responsibility of potential offerors to monitor beta.sam.gov (Contracting Opportunities) for additional information pertaining to this requirement. The anticipated NAICS code is 531390, Other Activities Related to Real Estate with a small business size standard of $8.0 Million. BACKGROUND: Military Housing Privatization Initiative Act (MHPI) and other Public and Private initiatives (PPI) and programs are complex business arrangements of which the Army is a Limited Member. They involve private sector entities that partner with the government through limited liability entities and other real estate instruments to provide services such as property management, community and construction development, and day-to-day operations of housing and lodging assets for U.S. Army Installations worldwide. The programs provide the military Services the authority and incentive to obtain a broad range of PPI so commanders can focus on core defense missions and functions thus relieving them of activities that can be done more efficiently and effectively by others. A contract for Financial, Real Estate Analytical, Advisory and Consulting Support Services is required to support the Army in the following areas: (1) Residential Communities Initiative (RCI) family housing and Unaccompanied Housing (UH), the latter including single senior Soldiers and junior Soldier living accommodations, (2) Privatization of Army Lodging (PAL), and (3) other PPIs including, but not limited to Utilities Privatization (UP), Enhanced Use Lease (EUL), Energy Initiatives and Intergovernmental Support Agreements (IGSA). Contractor shall provide Project/Program Management Support to the Office of the Deputy Assistant Secretary of the Army for Installations, Housing, & Partnerships (ODASA (IH&P)) the Deputy Chief of Staff (DCS), G9, Army Materiel Command Headquarters, and Installation Management Command Headquarters, as defined in this Performance Work Statement. Services will be performed at the ODASA (IH&P) and DCS G9 offices in the Pentagon, United States Army Corps of Engineers (USACE) locations, Installation Management Command (IMCOM) offices and locations, the latter at Headquarters, Regional offices, and installations in the U.S., and contractor offices. Additionally, the Contractor shall provide Project/Program Management Support to Army Materiel Command (AMC) HQ at Redstone Arsenal, AL and Installation Management Command (IMCOM) HQ at Joint Base San Antonio, TX to assist with their execution and oversight responsibilities. Tasks must be approved by the Contracting Officer Representative (COR). The period of performance shall be for one (1) Base Year of 12 months and four 12 month option years. For additional information please refer to the attached DRAFT Performance Work Statement. This is a follow-on requirement.� The incumbent contractor information is as follows: RER Solutions, Inc. 950 Herndon Pkwy, Suite 410 Herndon, VA� 20170-5537 Contract (W9124J-16-F-0049) Value: $43,860,543.00 Period of Performance:� 18 Sep 2016 � 17 Mar 2022 RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this sources sought, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Information in sufficient detail regarding previous Financial, Real Estate Analytical, Advisory and Consulting support service experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Specifically: a. Describe and show examples of having a minimum of 10 years� experience to demonstrate the depth and breadth of your technical expertise of developing or managing a high cost portfolio of commercial, residential, lodging and real estate assets over a wide and diverse geographic area to include both in and outside of the continental US. b. Demonstrate your experience with projects under MHPI Authority in dealing with the ability to respond to changes in the Basic allowance for housing, stationing, Army resizing, etc. as well as analyzing the results as they affect the projects long-term physical and financial viability. These requirements include, where required, assisting and advising Government in developing a position when meeting with and negotiating with Wall Street investment bankers, rating agencies, insurance and surety providers, bond holders representatives and other relevant private sector parties in order to mitigate (or take advantage of) exigencies associated with these externally driven events for privatized housing and privatized lodging. c. Describe your ability and expertise to valuate millions of dollars of income and expense data, trends in revenue and costs, construction and renovation progress, occupancy, and other significant performance data.� Demonstrate and show how you have assisted in the preparation of reports required by the Department of Defense, Office of the Secretary of Defense (OSD), Office of Management and Budget (OMB), Congress, and other internal and external stakeholders. d. Describe where you have performed comprehensive analysis of data elements for RCI projects.� These analyses include financial planning as compared to programming, operating budgets, pro forma, market impacts, financial fluctuations, financial implications of interest accrual and early withdrawal, construction costs, management fees and incentive fees, financial implications of major decisions, reviewing / testing RCI companies' pro forma, assumptions, and assertions. e.� Demonstrate where you have identified and partnered with accredited Universities for development of executive level courses in support of an executive level education program focused on housing financials and privatization curriculum which culminate in a specialty certification.� Certification curriculum will include development of a pre-course exam and a post-course exam in order to prove an increase in career program competencies. Show where you�ve worked in close consultation with the DoD to assess its needs for executive education and design appropriate content for an executive education program that addresses those needs. f. Demonstrate and provide documentation detailing your involvement with insurance policies for the DoD RCI privatized companies to determine whether the developer has the types and amounts of insurance required by the transaction and loan documents and the government is appropriately named as loss payee and/or additional insured.� Validate that you have conducted insurance analysis and made recommendations for changes to insurance terms and provisions.� g. Demonstrate and provide examples of where you have performed forensic audits, disputes regarding utility commodity costs with installation and/or privatized utility providers, or analysis of the sufficiency of capital repair and replacement funding and requirements at a project. h.� Demonstrate where you have assisted the DoD with preparing an OSD MHPI Report, NDAA 10 USC 2884(c) Report, and Quarterly Programmatic Review RCI program and project level report to the Office of the Secretary of Defense consisting of RCI FH, UH, and PAL data.� 4.� Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., identify by Customer name your sales to non-governmental Customers and contracts, market pricing, catalog pricing, indirect rates to include overhead, fringe and G&A), delivery schedules, customary terms and conditions, warranties, etc. 5. Information regarding whether you consider the NAICS Code 531390, Other Activities Related to Real Estate with a small business size standard of $8.0 Million appropriate for this requirement. If it is not the most appropriate, please provide suggested NAICS that you consider appropriate with rationale as to why you think it�s the best fit. 6.� Identify how the Army can best structure these contract requirements, to include contract type (note proposed contract type in PWS), to facilitate competition by and among small business concerns. 7.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Alternate Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the beta.sam.gov (Contracting Opportunities) notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 8.� Recommendations to improve the approach/draft PWS for acquiring the identified items/services. 9. �Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements as depicted in the draft PWS. 10. Questions for this sources sought shall be submitted on or before 12:00PM Central Time on 7 June 2021. Government Response will be provided within 5 business days after receipt of all questions. 11. Responses to this sources sought notice shall be submitted on or before 1200PM Central Time on 28�June 2021 via email to Michael T. Bilicki, Contract Specialist at Michael.t.bilicki.civ@mail.mil, and Angelic M. Hatcher, Contracting Officer at angelic.m.hatcher.civ@mail.mil. The Government will not return any information submitted in response to this notice. All questions MUST be in writing. In all responses, please reference W9124J-22-R-MHPI and Financial, Real Estate Analytical, Advisory and Consulting Support Services in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation currently exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in beta.sam.gov (Contracting Opportunities). It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact:��������������������������� ����������� Secondary Point of Contact: Michael T. Bilicki����������������������������������������������������� Angelic M. Hatcher Contract Specialist������������������������������������������������� Contracting Officer Email: michael.t.bilicki.civ@mail.mil�������������������� Email:� angelic.m.hatcher.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c00ffa98fc534b9e9891165fb4653c55/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06016787-F 20210530/210528230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |