Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2025 SAM #8763
SOURCES SOUGHT

R -- Real Estate Acquisition Support Services (REASS)

Notice Date
11/21/2025 1:16:51 PM
 
Notice Type
Sources Sought
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20001 USA
 
ZIP Code
20001
 
Solicitation Number
36C10F26Q0006
 
Response Due
12/9/2025 12:00:00 PM
 
Archive Date
12/12/2025
 
Point of Contact
David.Riech2@va.gov, Fritz.Fabien@va.gov, Phone: 240-215-8868, Fritz Fabien, Phone: 2023068246
 
E-Mail Address
Kevin.Armillotti@va.gov, fritz.fabien@va.gov
(Kevin.Armillotti@va.gov, fritz.fabien@va.gov)
 
Awardee
null
 
Description
Sources Sought 36C10F26Q0006_1 THIS IS A SOURCES SOUGHT NOTICE ONLY. Solicitations are not available at this time. Requests for a solicitation will not receive a response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, provide feedback to respondents with respect to any information submitted, or respond to any questions or comments that may be submitted in response to this Sources Sought. This notice does not constitute a commitment by the United States Government and does not obligate the Government to award a contract or otherwise pay for the information provided in response. Responders are solely responsible for all expenses associated with responding to this Sources Sought. The purpose of this Sources Sought is to determine the acquisition strategy regarding small business participation and vehicles and methods to acquire the services stated below. Through this process, The Department of Veterans Affairs (VA) is requesting the capabilities and past performance of large and small business contractors interested in providing services for VA. Interested small business contractors including Veteran-Owned, Service-Disabled Veteran-Owned Small Businesses, Small Disadvantaged Business, Women-Owned, 8(a)'s, or HUBZones are encouraged to respond. The agency does not intend to award a contract but rather gather capabilities and market information pertinent for acquisition planning. The responses to this Sources Sought will be captured as market research and may contribute to the development of an acquisition strategy. Information provided may be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. All submissions become Government property and will not be returned. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Requirement / Services VA provides space for VA employees and clients for medical and medical related services, as well as research, warehouse and administrative offices. The Office of Construction and Facilities Management (CFM) is the implementation arm of VA s leased and owned property portfolio, with three Administrations as its clients: Veterans Health Administration (VHA); National Cemetery Administration (NCA); and Veterans Benefits Administration (VBA). CFM satisfies client space requirements through competitive lease procurement actions. VA leases space in both rural and urban areas throughout the United States, District of Columbia and any U.S. territories, including American Samoa, Guam, the Northern Mariana Islands, Puerto Rico, and the U.S. Virgin Islands. Within CFM, the Office of Real Property (ORP) is the entity responsible for management of lease procurement activities. ORP s Project Managers (PM) utilize the services of real estate brokers for lease management projects. Broker services are essential to support effective communication between ORP and offerors in procurements; provide expertise in market research and commercial real estate transactions and financing; data and documentation organization, assembly and storage; and increased efficiency in contracting actions for projects that involve multiple vendors. VA leases space by delegation of authority from the General Services Administration (GSA) on a project-by-project basis. Federal laws and regulations require the Government to procure leased space utilizing competitive procedures, unless otherwise justified. Specifically, the services of interest for this Sources Sought include the following: 1. Lease Acquisition Support Services The services described may include all or a combination of the following steps: 1) participating in a project orientation with the PM and LCO, other Government personnel, and other contractors; 2) providing GREX support; 3) advertising the requirement; 4) surveying the market and preparing a market survey report; 5) drafting issuing a LCO approved RLP and any RLP amendments; 6) conducting administrative reviews of offers; 7) inputting proposal financial data into analysis tools for LCO analysis and evaluation; 8) providing support to LCO in negotiations and discussions with offerors; 9) preparing the lease documents and any lease amendments, and coordinating required signatures; 10) coordinate Acceptance Inspection; and 11) support to VA with FOIA inquiries, Congressional and other governmental inquiries, claims, litigation, settlements, and disputes. The following lease types can be supported under Lease Acquisition Support Services, with the ability to adjust scope on an as-needed, case-by-case basis: New Replacing Succeeding Superseding Extension Note that a Current state broker license in the United States of America, District of Columbia or Commonwealth of Puerto Rico would be needed to provide these services. If eventual requirements were to be brought to bear, a broker license covering the state where the lease is being performed would be needed. 2. Lease Related Acquisition Support Services A. User Group Design Meetings with Lessor; B. VA Provided Equipment Coordination; C. Tenant Improvement (TI) Estimating and Negotiations; D. Change Orders; E. Construction Schedule and Initial Construction Meeting; F. Construction Progress Reporting; G. Subsequent Construction Progress Meetings H. Davis - Bacon Act Reporting of Payroll and Basic Records I. Coordination of VA Occupancy; J. Pre-Acceptance Submissions, K. Market research and analysis; L. Disputes, Protests, Claims, and Appeals, Congressional Inquiries, and FOIA Inquiries; M. Disputes/Protests; N. Claims/Appeals; O. FOIA/Congressional/Other Inquiries; P. Lease Extensions 3. Due Diligence Services A. Fair Market Value Acquisition Appraisal (i.e., existing space lease procurement; new building and parking to VA plans, succeeding or superseding lease, land option for lease procurement) B. Review Appraisal C Metes and Bounds D. ALTA Survey E. Geotechnical Study F. Cultural Resources Study/ Archology Study G. Title search, chain of title report, title commitment (excluding closing services) H. Traffic Study I. NEPA Environmental Assessment . a. NEPA Supporting Study Wetlands Delineation .b. NEPA Supporting Study Biological Surveys c. NEPA Supporting Study Coastal Zone Management Act J. CERCLA Phase I Environmental Site Assessment a. CERCLA Phase II (if needed) b. CERCLA Phase III (if needed) K. ""Windshield"" CRS Study a. CRS Phase I (if needed) b. CRS Phase II (if needed) c. CRS Phase III (if needed) d. Section 106 Consultation (if needed) Timeline If a solicitation is forthcoming, it is possible that a solicitation would be released in late December of this year or early in January 2026. Award(s) would potentially be April of 2026. The period of performance could be for up to a maximum of five (5) years from the date of award. Sources Sought Notice This Sources Sought will be used for market research to give Office of Construction and Facilities Management (CFM) the opportunity to possibly engage with contractors to determine overall interest in the mission, experience with the services mentioned above, capacity to successfully accomplish the work, and small business participation. This Sources Sought Notice is for market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All interested parties will be required to respond to the resultant solicitation separately from their response to this Sources Sought. Instruction for responding to this Sources Sought Notice Firms interested in submitting their capabilities statement for this project must include the following information: (1) Company name, address, point of contact with phone number and e-mail address (2) Business size determination and qualifying small business status (3) The applicable Source Sought Number identified on the cover page of this notice. (4) Confirmation that you can provide services to the Government via NAICS Code 531210, Offices of Real Estate Agents and Brokers (5) Confirmation that your company has active a brokerage license(s). Please limit responses to ten (10) pages. Any firm responding to this notice should ensure that its response is complete and sufficiently detailed. Respondents are requested to limit responses to the information, and in the format provided below. The Contractor capability statement shall include, but not be limited to: A - GENERAL INFORMATION A1. Organization Name and the year in which the company was established/founded (please list any previous names used). A2. Company ownership (public, private, joint venture). A3. What is your socio-economic designation, if applicable? A4. Identify any GSA schedules or other contract vehicles you hold that support this work as described in the background/project description. B - EXPERIENCE AND CAPABILITY INFORMATION B1. Capability to perform the services stated above. Please submit capability packages via email to: kevin.armillotti@va.gov, David.Reich2@va.gov and Fritz.Fabien@va.gov no later than December 2, 2025, by 3:00 pm EDT with the subject line title Real Estate Acquisition Support Services [Company Name] . At this time, no solicitation exists, therefore, please do not request a solicitation package. DISCLAIMER This Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. /// END ///
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f63c94c0c45a4ccb9586f9a2baeeb44d/view)
 
Record
SN07649410-F 20251123/251121230039 (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 |
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.