|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625U.S. Marshals Service, Business Services Division, 600 Army Navy Drive,
Arlington, VA 22202 R -- NATIONWIDE REAL PROPERTY MANAGEMENT AND DISPOSAL SERVICES SOL
MS-00-Q-0032 DUE 071100 POC Janet R. Hall E-MAIL: Please contact the
COntracting Officer via e-mail, janet.hall@usdoj.gov. This 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; quotations are being requested. NO
written solicitation will be issued. The solicitation number is
MS-00-Q-0032 and is issued as a Request for Quotation (RFQ). This
procurement is subject to the Test Program for Certain Commercial Items
and subject to special authority for acquisitions of commercial items
exceeding the simplified acquisition threshold but not greater than
$5,000,000.00, including options. Simplified procedures authorized by
this test will be used to the maximum extent practicable. This RFQ
incorporates provisions and clauses that are in effect through Federal
Acquisition Circular 97-17. This acquisition is unrestricted. The
small business size standard is $5 million and the Standard Industrial
Classification Code is 8741. It is the intent of the United States
Marshals Service (USMS) to award multiple, firm-fixed price IDIQ type
orders for a base year with 4 option years and a one time, 6 month
option to extend services. The firm-fixed price includes all costs for
real property management and disposal facilitation services. For
example: the facilitation price is a fixed price that includes all
personnel, distribution services, material, supplies, equipment,
transportation, facilities, computer hardware and software, Internet
access, email, etc. The estimated annual maximum quantity that may be
required under this contract is not expected to exceed facilitation of
400 properties. The guarantee minimum amount for this contract is 5%
of the estimated total for the Base Year. The guarantee minimum is only
applicable one time and only during the base year. The schedule will
contain 1 contract line item number (CLIN) for each contract period, as
follows: Base Year: CLIN 0001- 400 each, 1st option: CLIN 1001 -- 400
each, 2nd option: CLIN 2001 -- 400 each, 3rd option: CLIN 3001 -- 400
each, 4 Th option (& option to extend services, if needed): CLIN 4001
-- 400 each. The actual quantities will vary according to the
operational requirements of the USMS. The United States Marshals
Service requires these services of its seized and/or forfeited real
property. Properties may be located anywhere in the United States,
Puerto Rico and the Virgin Islands. The USMS requires real property
management and disposal services. The Contractor will provide all
services to the seller and the government that are customary in the
industry for property management services and disposal: 1. Properties
will be listed with a Multiple Listing Services, (MLS). 2. A master key
code will be established for re-keying purposes. 3. Receive offers and
evaluate qualified buyers. 4. Act as liaison between the Government &
buyers, and coordinate offers & counter-offers. 5. Retain earnest
money deposits in the manner required by state and local law. 6. Comply
with USMS guidelines & procedures, & all Local, State & Federal laws &
ordinances. 7. Provide property management and disposal services for
all types of real property. 8. Provide all necessary reports,
equipment, labor, supervision and facilities for the performance of the
contract in accordance with the specifications and terms contained
herein. 9. Provide an automated asset management system that tracks the
disposition status of each government property referred. The system and
information contained therein will remain the property of the USMS. 10.
Provide the USMS with direct access, via the Internet, to the
Contractor's asset management system. The system will provide access to
current information pertaining to all services provided. 11. Provide
COTR with an official notification of receipt for each property
accepted for disposition, via the automated asset management system.
Notification will identify property by its complete address and contain
all pertinent information available at the time of acceptance. 12.
Provide the COTR with a weekly inventory management report via the
automated asset management system. Weekly reports will include a
complete inventory list and a current status, for each property.13. No
later than the fifteenth of each month, the Contractor will submit, in
writing, an aggregate list of expenses and repair costs itemized for
each property. 14. No later than the fifteenth of each month, the
Contractor will submit, in writing, a report identifying the average
number of days on the market, days in inventory, closing days and
costs, average list and sales price, and net recovery. 15. Preserve
and/or dispose of all personal property/trash as identified by the
USMS. 16. Perform basic maintenance services, such as; plumbing,
electrical, carpentry, general repairs, boarding windows, and exterior
services; 17. Eliminate all hazards per local, state, and federal
safety codes and ordinances. 18. Properties are to be sold within 6
months. Failure to dispose of a property within this time frame, may
result with the property being returned to the Government at no cost.
19. Obtain an independent appraisal to establish each property's
current "as-is appraised value". The appraisal must contain an
evaluation of the property based on past and present comparable with
copies of comparable sales information; The "as-is" appraised value
will be updated every 6 months, or as necessary; The Contractor must
provide the designated COTR with copies of all appraisals upon receipt;
If required, a land survey will be provided. 20. Provide to the seller
those services that are customary in the industry including: A broker
will be assigned within two business days of receiving a property for
disposition. The broker will provide to the seller those services that
are customary in the industry. 21. Obtain prior USMS approval prior to
accepting offers 90% or less than the designated "as-is" appraised
value. 22. Within 3 business days prior to closing, a completed
contract will be presented for review to the designated COTR. 23.
Prepare state specific deeds in accordance with state and local law
requirements. The Marshal or its authorized designee will execute all
deeds of conveyance. 24. Provide all closing, title and escrow services
that are customary in the industry. Within 5 days of the Contractor
receiving the settlement proceeds, the Contractor will forward the
proceeds of sale, HUD-1 and an itemized list of disbursements, to the
designated COTR. Within 30 days following the closing, the Contractor
will submit an invoice to the COTR for any outstanding disbursements.
Within 120 days following the closing, the Contractor will forward an
original copy of all disposition documents to the COTR. This
information will be available and accessible to the USMS via the
Internet. The Contractor will communicate electronically with the COTR
or other USMS personnel as necessary. The provisions at FAR 52.212-1,
Instructions to Offerors Commercial Items, and FAR provision 52.212-2,
Evaluation of Commercial Items, are applicable to this acquisition. FAR
52.212-2, subparagraph (a) is as follows: The Government will make an
offer to the responsible contractor(s) quoting fair and reasonable
prices and determined to be the best value in terms of technical
(capability of the item offered to meet the agency need), price, and
past performance. The Government will perform an integrated assessment
evaluation. For evaluation purposes: technical and past performance is
significantly more important than price. NOTE: Quoters responding to
this solicitation must quote a firm-fixed-price for each contract
period, specify any prompt payment terms, and submit a complete copy of
the provision at FAR 52.212-3, Offer Representations and
certifications-Commercial Items and 3 copies of their technical and
past performance information. See FAR 52.212-1 for instructions.
Failure to provided complete information may result in the quotation
being eliminated from award consideration. The clause at FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items, and the clause at
FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items, apply to this
acquisition. Evaluation of Commercial Items: The following FAR clauses
are hereby incorporated by reference: 52.222-49, Service Contract --
Place of Performance Unknown, inserts: (1) none (2) June 2, 2000 with
any other classes of service employees.. 52.222-43, Fair Labor
Standards Act and Service Contract Act -- Price Adjustment (Multiple
Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
52.222-44, Fair Labor Standards Act and Service Contract Act -- Price
Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I (41 U.S.C. 253g and 10 U.S.C. 2402), 52.217-8, Option to Extend
Services, Disadvantaged Status and Reporting (Pub. L. 103-355, section
7102, and 10 U.S.C. 2323),52.222-26, Equal Opportunity (E.O.
11246),52.222-35, Affirmative Action for Special Disabled and Vietnam
Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212). FAR 52.216-19 Order Limitations Insert: Minimum Order. There is
no minimum order under this contract. Maximum Order. The contractor is
not obligated to honor -- Any order for a single item in excess of
$100,000.00, Any order for a combination of items in excess of
$100,000.00, A series of orders from the same ordering office within
three days that together call for quantities exceeding the limitation
in subparagraphs (1) or (2) above. FAR 52.216-18 Ordering -- Insert in
paragraph (a) "Date of contract award through the period of contract
performance." FAR 52.216-22 Indefinite Quantity -- Insert "90 days
after the contract period." FAR 52.216-27 Single or Multiple Awards.
The full text for the above listed clauses is available at
http://www.arnet.gov/far/. Quotations can be faxed to 202-353-1420 or
for hand delivery, addressed to: United States Marshal Service, Asset
Forfeiture Office, Attn: Janet R. Hall, 1735 Jefferson Davis Highway
Crystal Square 3, Room 404, Arlington, VA 22202-4210 Posted 06/16/00
(W-SN465680). (0168) Loren Data Corp. http://www.ld.com (SYN# 0064 20000620\R-0013.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|