Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
MODIFICATION

R -- Real Estate Acquisition Support Services (FY21 New Broker IDIQ) -- TIERED EVALUATIONS

Notice Date
8/14/2020 12:46:29 PM
 
Notice Type
Solicitation
 
NAICS
531210 — Offices of Real Estate Agents and Brokers
 
Contracting Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20420 USA
 
ZIP Code
20420
 
Solicitation Number
36C10F20R0073
 
Response Due
9/30/2020 12:00:00 PM
 
Archive Date
01/07/2021
 
Point of Contact
Catalin (Marcel) M Parfenti, Contract Specialist
 
E-Mail Address
catalin.parfenti@va.gov
(catalin.parfenti@va.gov)
 
Awardee
null
 
Description
36C10F20R0073 Presolicitation Notice Lease Acquisition Support Services (New Broker IDIQ) This is a presolicitation announcement for the Department of Veteran Affairs (VA), Office of Construction and Facilities Management (CFM). A Request for Proposal (RFP) will be issued on this Federal Business Opportunities (www.fbo.gov) website after 15 days after the release of this Notice. Lease Acquisition Support Services are required for a multiple award Broker Services Indefinite Delivery Indefinite Quantity (IDIQ) contract. This multiple award is set-aside for small businesses which will including Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) on a tiered evaluation. The firms must be a licensed leasing broker with an approved NAICS Code of 531210. The intent is to award nine (9) contracts; however, awards may vary dependent on the best interest of the Government. The term will be one (1) base year and four (4) one-year option periods at the discretion of the Government. The minimum guarantee amount for the base period is $1,000.00. The contract will be a firm fixed-price IDIQ contract with a maximum amount of $30,000,000.00 per awardee over the contract period. The determination of acquisition strategy lies solely with the Government. All firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest. Any broker services firm that receives a request for proposal (RFP) for broker services will be restricted from participating in any other contract or task order for that particular project. This contract will be procured in accordance with FAR Part 15, this procurement is best value with tradeoffs. Firms must have an established working office and must be capable of responding to and working on multiple task orders concurrently. The Performance Work Statement (PWS) will include: Module 1 Lease Acquisition Support Services, CLIN 0001 thru 0004 will be commission fee. The Contracting Officer will determine whether to procure task orders for Module 1 services using CLIN 0001 thru 0004. Only CLIN 0001 thru 0004 will be allowed for module 1 lease acquisition services at the Task Order level. The services described below 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 Contractor must hold a current state broker license in the United States of America OR Commonwealth of Puerto Rico. Additionally, in order to be awarded a lease acquisition TO, the Contractor must provide a broker license covering the state where the lease is being performed. Module 2 Lease Related Acquisition Support Services, CLIN 0005 as described in the PWS. Related services include User Group Design Meetings with Lessor; Lessor's Tenant Improvement (TI) Pricing Review; Change Orders; Construction Schedule and Initial Construction Meeting; Construction Progress Reporting; Coordination of VA Occupancy; Pre-Acceptance Submissions, Market research and analysis; Disputes, Protests, Claims, and Appeals, Congressional Inquiries, and FOIA Inquiries; Disputes/Protests, Claims/Appeals; and FOIA/Congressional/Other Inquiries. Module 3 Due Diligence Services, CLIN 0006, the Government requires certain due diligence studies prior to the award of a lease. Application of lesser requirements than what are listed in this Contract or in the PWSs provided must be approved by the Lease Contracting Officer within the Task Order on a case-by-case basis, in writing. The Contractor is responsible for verifying that all subcontractors possess industry-specific qualifications as required by Federal, State and local jurisdictions and licensing bodies. Subcontractors that do not possess the required qualifications shall not be utilized. The Contractor is also responsible for vetting subcontractors for potential conflicts of interest and for subcontractors compliance with access agreements and other arrangements between the Government and other landowners pertaining to use, access, and restoration activities. This contract will be procured in accordance with FAR Part 15, this procurement is best value with tradeoffs. The Government intends to award without discussions but reserves the right to conduct discussions. Competitive best value trade off source selection procedures will be used to evaluate proposals. Award will be made to responsible firm(s) offering the best value to the Government after evaluation of technical factors, past performance and total evaluated price including base and all option periods. Offerors must meet the mandatory minimum requirements of the solicitation and proposals must be submitted in the requested format and adhere to the specified page limitations Address all questions in writing to the issuing office via email to Catalin.Parfenti@va.gov with the Subject Line: 36C10F20R0073 | Lease Acquisition Support Services. No fax or telephone inquiries will be answered. No other information regarding scope, dates, etc. is available until issuance of the solicitation. --- End ---
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/28b03151ecda412ea23c4bd1573e9a3f/view)
 
Record
SN05758000-F 20200816/200814230149 (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  © 1994-2020, Loren Data Corp.