PERFORMANCE WORK STATEMENT - Veterans Affairs

?

FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010RReal Property Appraisal Services98327VA260-17-N-025304-14-201760N531320Department of Veterans AffairsNetwork Contracting Office 201495 Wilmington Drive, Suite 360Dupont, WA 98327Mark EricksonDepartment of Veterans AffairsVeterans Integrated Service Network 20(VISN 20 - Washington, Oregon, Idaho & Alaska)1495 Wilmington Drive, Suite 360Dupont, WA98327This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. ?Potential offerors are invited to provide feedback via e-mail to Mark Erickson at mark.erickson3@. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by 14 April 2017 at 12:00 Noon Pacific Time.The intended contract period is a one-year base period plus (4) four one-year option periods.Potential contractors shall provide, at a minimum, the following information to Mark Erickson at mark.erickson3@.1) Company name, address, and point of contact, phone number, e-mail address, and DUNS.2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 531320 – Offices of Real Estate Appraisers. The size standard to qualify as a small business under this NAICS is $7.5 Million.[ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)[ ] yes [ ] no Veteran Owned Small Business (VOSB)[ ] yes [ ] no Other (please specify)The anticipated Performance Work Statement for this requirement is provided as follows:PERFORMANCE WORK STATEMENTREAL PROPERTY COMMERCIAL APPRAISAL SERVICESFOR THEDEPARTMENT OF VETERANS AFFAIRS, VETERANS INTEGRATED SERVICE NETWORK 20 (VISN 20),INCORPORATING THE STATES OF WASHINGTON, OREGON, IDAHO AND ALASKA.1.0. GENERAL REQUIREMENT: This requirement is for real property appraisal services. Appraisal services are required for assessment of real property in the following states: Alaska, Oregon, Washington and Idaho, which are comprised of Veteran Integrated Services Network 20 (VISN 20) medical centers and community based outpatient clinics, as well as any other Department of Veteran Affairs identified commercial space that would require appraisal services within a 400 mile radius of our medical centers in the Department of Veteran Affairs. These services assist in the Department of Veterans Affairs effort to expand its medical services footprint . VISN 20 Medical Centers are identified in Appendix A of this Performance Work Statement.1.1. The purpose of this requirement is to establish a Blanket Purchase Agreement (BPA) with a single contractor to provide a complete analysis of real property as required by Network Contracting Office 20 (NCO 20), which serves the VISN 20 region. This BPA will have a period of performance of one (1) Base Year and four (4) Option years. Services will be funded by a Call Orders issued to the Contractor at the time an appraisal is required. These Call Orders will be executed by the NCO 20 Leasing Team. 1.2. The Contractor shall prepare and deliver a complete appraisal report for the subject property in accordance with, and subject to, the Standards of Professional Practice and Code of Ethics of the Appraisal Institute and the Uniform Standards of Professional Appraisal Practice (USPAP, latest edition). It should be understood that the appraisal report would be subject to careful review; therefore, the report must be fully detailed with all items substantiated and justified by appropriate information and data, so that reviewers will find validity in the appraiser’s conclusions. Any deficiencies, which in the reviewer’s opinion require further substantiation, and or work, must be performed as a supplement to the reviewer’s satisfaction, at the appraiser’s expense. The appraisal report is an important document that serves as a material aid in negotiations, and a basis for commitments that bind the Department of Veterans Affairs. It is essential that the appraisal’s content reveal that the appraiser has made an adequate study and analyses of the appraisal problem and has considered all available, pertinent and reliable data and that sound and logical reasoning is used in developing value conclusions. 1.3. The Contractor shall perform the appraisal services requested at the VA’s discretion and applied to any unforeseen conditions which may be applied for the purposed of preparing an appraisal for a specified VA medical center. These conditions will be provided to the Contractor at the discretion of the government, which should be referenced in the report as such. 2.0. MINIMUM REQUIREMENTS FOR SELECTION OF APPRAISER: 2.1. An employed staff with current certification/licensure that cover the following states: Alaska, Idaho, Oregon and Washington. 2.2. MAI designation as identified at website: . 2.3. Training, experience, and licensure to conduct commercial appraisals of administrative office space, clinical space, hospital space or any combination thereof. 3.0. SPECIFIC REQUIREMENTS: The Contractor is to exclude the value of special-purpose, medically related improvements, listed on Schedule B of the VA’s Solicitation for Offers, attached to this Performance Work Statement (PWS). The Contractor may be asked to exclude additional items at the VA’s discretion. 3.1. Inspection: 3.1.1. Appraisals will be written in narrative form and will include all essential data to disclose the purpose of the appraisal, the scope of the appraisal problem, and the principle methods and reasoning process employed, and all available pertinent supporting data to sustain the appraiser’s final conclusion as to value. Items such as photographs, sketches, charts, and exhibits, etc., are considered integral parts of each report.3.1.2. The inspection of the subject properties, all analyses, and the formation of all conclusions, is to be made only by a certified appraiser employed by the Contractor. 3.1.3. The appraisal must consist of: 3.1.3.1. A market analysis of the real property which will be evaluated for the purpose of estimating the fair market value of property (building and site) to be leased by VA as a Medical Community Outreach-Based Clinic or otherwise identified commercial property. 3.1.3.2. Formatting examples at minimum as listed in Appendix B. 3.1.3.3. The report must contain the 5 approaches to value: (1) cost (2) income, and (3) market value (4) all tools used for appraisal (5) Travel. 3.1.4. The report must contain GSA forms, which can be found on Appendix C, as follows: a. 1214B - Outline for Lease Appraisal; b. 1241 - Contract for appraisal Report; c. 1241D - Definition of terms; and d. 1241E - Lease Appraisal. 3.1.5. The appraisal must contain estimates of: a. The fair market fee simple value of the property; b. The fair market rental value for lease purposes (FMRVLP) expressed as an annual total dollar amount. The annual rental must be stated on the basis of two rates: i. Un-serviced - Government pays all utilities and janitorial services; and ii. Serviced – Lessor pays all utilities and janitorial services. GSA Form 1217 is provided for your use. 3.1.6. Report must not exceed 75 pages. 3.2. Properties to be evaluated: 3.2.1. Properties to be evaluated will be identified on an induvial basis at time of task order execution and award which will be determined on an individual need derived from the Department of Veteran Affairs. Upon award of task order the Contractor shall be authorized to receive the address, rental square footage, and any items received as part of the proposal to the VA for the subject property. 3.2.2. A non-disclosure agreement (NDA) will be required for every tasks order. 3.2.3. Commercial space to be valued upon fair market rental value of a building will be authenticated to the vendor at conception of each Call Order issued. 3.3. Deliverables and Schedule: The Contractor shall provide the following items to the Contracting Officer in PDF format, either via e-mail or via overnight delivery: 3.3.1. A one-page narrative summary letter, to identify timeline and appraiser assigned along with contact information and license number is to be delivered to the Contracting Officer within five (5) business days after issuance of a Call Order.3.3.2. The complete appraisal report is to be delivered to the Contracting Officer within fifteen (15) business days after issuance of a Call Order.3.3.3. Specific dates identified in the Call Order. 3.3.4. If expedited delivery of the report is requested as in the case of an emergency under any BPA Call Order, the Government reserves the right to request the complete appraisal within 7 business days. APPENDIX A – VA MEDICAL FACILITIES LOCATIONS1. Department of Veterans Affairs Alaska Health Care System and Regional Office 2925 DeBarr Road Anchorage AK 99508-2989 2. Department of Veterans Affairs Boise VA Medical Center 500 West Fort Street Boise ID 83702 3. Portland VA Medical Center 3710 SW US Veterans Hospital Road Portland OR 97239 4. Roseburg VA Medical Center 913 NW Garden Valley BLVD Roseburg, OR 97470 5. American Lake VAMC Puget Sound Health Care System 9600 Veterans Drive Tacoma, WA 98493 6. Seattle VAMC Puget Sound Health Care System 1660 S Columbian Way Seattle WA 98108 7. Department of Veterans Affairs Spokane VA Medical Center 4815 North Assembly Street Spokane WA 99205 8. Department of Veterans Affairs Jonathan M. Wainwright Memorial VA medical Center 77 Wainwright Walla Walla WA 99362 9. VA SORCC (White City) 8495 Crater Lake HWY White City OR 97503 APPENDIX B – REQUIRED APPRAISAL ATTACHMENTSAppraisal must be formatted with a Table of Contents consisting of the following: GSA forms: Section A: 1214B - Outline for Lease Appraisal Section B: 1241 - Contract for appraisal Report Section C: 1241D - Definition of terms Section D: 1241E - Lease AppraisalDISCLAIMERThis RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI 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 RFI. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download