The RFP Database
New business relationships start here

ID/IQ Easement Land Appraisal Services


District Of Columbia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

United States Department of Agriculture (USDA)
Farm Production and Conservation Business Center (FPAC)
Natural Resources Conservation Service (NRCS)
North Dakota & South Dakota Federal ID/IQ Contract Opportunity
Easement Land Appraisals

1. This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as an RFQ 12FPC319Q0042 for a Firm Fixed Price (FFP) Indefinite Delivery / Indefinite Quantity contract (ID/IQ) for statewide appraisal services to support both the North Dakota and South Dakota NRCS state offices. The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular 2019-02/06-05-2019. This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 531320, Offices of Real Estate Appraisers, with a size standard of $7.5 million.
The Contractor shall appraise properties described in individual task orders (e.g. parcels of vacant land). The Contractor shall make a detailed field inspection and identification of the various items of the property and shall make such investigations and studies as are appropriate and necessary to enable the Contractor to derive sound conclusions and to prepare the appraisal reports to be furnished under this ID/IQ contract. Upon completion of the inspections, investigations, and studies, the Contractor shall prepare, furnish, and deliver to the Government an appraisal reports as set forth in the Statement of Work and Specifications (SOW) Attachment 001.
The appraisal must be completed in compliance with USPAP and appraisal instructions issued by
NRCS. An appraisal report, as discussed in USPAP Standards Rule 2-2(a), must be provided;
restricted appraisal reports are not acceptable. The appraisal report must contain the level of
detail, discussion, and support necessary for the client and intended users to comprehensively
understand the rationale for the opinions and conclusions, including reconciliation of the data and
approaches used in the appraisal. The detail must thoroughly explain and support the property
description, highest and best use analysis, market characteristics, adjustment process, and all
conclusions so that all review appraisers and NRCS users have an adequate understanding of the statements, opinions, and conclusions offered within the report.


2. The period of performance shall consist of one (1) base year and (4) additional one-year options. NRCS estimates that four (4) task orders for South Dakota and nine (9) task orders for North Dakota will be issued each year. Appraisals under this ID/IQ will vary in price and complexity. For evaluation purposes, Offerors shall provide a firm fixed price appraisal fee schedule in the format of their choice for the appraisal requirements as stated in the Statement of Work Attachment 001. FPAC and NRCS will utilize the proposed price and government estimated quantity of task orders per year to establish the maximum value of the ID/IQ. Future task orders under the ID/IQ will be issued based on quotes received in response to the specific appraisal requirements.


 In addition, Offerors shall provide a descriptive narrative and/or evidence of:


All real property appraisers performing appraisals under this program must be State-certified
general real property appraiser or obtain a temporary practice permit equal to State-certified
general real property appraiser in compliance with title XI of the Financial Institutions Reform,
Recovery and Enforcement Act of 1989 (FIRREA) in the State or States where the subject property is located.
Must be in good standing with the licensing authority where the credential was issued
The appraiser must not have received any disciplinary action within the past 5 years.
The appraiser must have demonstrated competency in compliance with USPAP in conducting appraisals of rural and agricultural properties of the requested type.
Documentation of the experience and education will be included in the appraisal report.


 3. Evaluation Factors and Basis for Award Determination


a. Award will be made to the offeror whose proposal is determined to represent the overall best value to the Government using a lowest price technically acceptable (LPTA) evaluation process. After receipt of quotes, the Government will first evaluate the lowest price proposal. If the lowest price proposal is determined to be technically acceptable and otherwise properly awardable, no further evaluations will be conducted, and award will be made. If, however, the lowest price proposal is determined to be technically unacceptable and/or otherwise not properly awardable, evaluations of the next lowest proposal will be evaluated as stated above.
b. The Offerors descriptive narrative and/or evidence of will be evaluated to determine technical acceptability. Failure to address and provide evidence of the above elements of technical acceptability may result in the Government determining the proposal as non-responsive. Offerors that meet the following minimum qualifications will be determined technically acceptable:


- All real property appraisers performing appraisals under this program must be State-certified
general real property appraiser or obtain a temporary practice permit equal to State-certified
general real property appraiser in compliance with title XI of the Financial Institutions Reform,
Recovery and Enforcement Act of 1989 (FIRREA) in the State or States where the subject property is located.
-Must be in good standing with the licensing authority where the credential was issued
-The appraiser must not have received any disciplinary action within the past 5 years.
-The appraiser must have demonstrated competency in compliance with USPAP in conducting appraisals of rural and agricultural properties of the requested type.
-Documentation of the experience and education will be included in the appraisal report.



c. FPAC and NRCS will evaluate the Offerors price quote for the attached SOW to determine the lowest priced Offeror. The quote shall be inclusive of all associated cost elements, to include travel, materials, and other direct cost (ODC). FPAC and NRCS will use the price quote for this sample task to determine the Offeror's total evaluated price. The sample task is provided for price evaluation purposes and issuance of the first call order. NRCS will obligate funding for this sample task after award of the ID/IQ.


4. The Government intends to evaluate proposals and award a single ID/IQ contract without discussions with offerors. However, the Government reserves the right to conduct discussions or seek clarifications if the Contracting Officer (CO) determines they are necessary. In the event issues pertaining to a proposed task cannot be resolved to the CO's satisfaction, the Government reserves the right to withdraw and cancel the proposed ID/IQ. In such an event, offerors will be notified in writing.


5. Applicable Provisions and Clauses are in Attachment 002.
6. Questions should be addressed to stephen.case@usda.gov. Telephone questions will not be accepted. Please provide any questions, in writing, no later than July 24, 2019 at 17:30 PM (EST). The Government reserves the right to not answer questions submitted after this time. Reference number 12FPC19Q0042 shall be included in the subject line.


Stephen D. Case, Contract Specialist, Phone (919) 873-2121, Email stephen.case@wdc.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP