Nationwide Recapture Appraisal Services
ID: 12SAD225R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFRURAL HOUSING SERVICEUSDA/RD/STRATEGIC ACQUISITION DIV 2Washington, DC, 20250, USA

NAICS

Offices of Real Estate Appraisers (531320)

PSC

SUPPORT- PROFESSIONAL: REAL PROPERTY APPRAISALS (R411)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture (USDA), through its Rural Development office, is seeking proposals for Nationwide Recapture Appraisal Services under Solicitation No. 12SAD225R0001. The contract aims to provide appraisal services for single-family homes and vacant lots in rural areas, focusing on determining market, disposition, or liquidation values to support USDA's housing programs. This initiative is crucial for enhancing rural living conditions and managing a portfolio of over 232,000 borrowers. The contract will be awarded as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from June 2, 2025, to June 1, 2030, with a total small business set-aside. Interested contractors must submit their proposals, including past performance questionnaires, by the specified deadlines, and can direct inquiries to Maria Calica at maria.calica@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for Nationwide Recapture Appraisal Services under Solicitation No. 12SAD225R0001, managed by the USDA's Rural Development Procurement Management Office. The contract, effective from June 2, 2025, to June 1, 2030, requires the contractor to provide the necessary personnel, materials, and equipment to fulfill performance specifications as detailed in the Performance Work Statement (PWS). Key sections include requirements for packaging, inspection, quality assurance, and administrative responsibilities. The contractor is bound to submit deliverables as stipulated and adhere to performance evaluations and compliance with applicable Federal regulations. Notably, all services must comply with accessibility standards set forth by Section 508 of the Rehabilitation Act. Moreover, the document emphasizes the importance of safeguarding personal information and maintaining confidentiality throughout the project. The contractor must register for training and adhere to specific reporting and invoicing procedures for payment processing. Throughout, the emphasis remains on maintaining high-quality standards, strict adherence to federal regulations, and accountability in performance and financial matters, reinforcing the government's commitment to transparency and efficiency in public procurement processes.
    The document outlines the amendment and guidelines related to the Request for Proposal (RFP) No. 12SAD225R0001 for Nationwide Recapture Appraisals, issued by the USDA Rural Development. It specifies the amendment process that contractors must follow to acknowledge modifications or changes to their offers, with strict deadlines emphasized to ensure compliance. Key revisions include updates to procurement clauses, instructions for offerors, and the Performance Work Statement (PWS). The contract spans from June 2, 2025, to June 1, 2030, detailing performance requirements, contractor responsibilities, and stipulations concerning deliverables, inspections, and quality assurance. The document mandates compliance with the Federal Acquisition Regulation (FAR) and includes provisions on contractor performance evaluations, accessibility for persons with disabilities, and stringent confidentiality regulations concerning sensitive information. It emphasizes the importance of security measures and proper records management, as well as the consequences of noncompliance by contractors. Overall, this document is focused on providing the necessary framework for vendors to engage in the RFP while maintaining compliance with federal standards and ensuring effective performance in delivering nationwide appraisal services.
    The document pertains to the amendment of solicitation number 12SAD225R0001, specifically focusing on contract modifications for Nationwide Recapture Appraisals under USDA Rural Development. It outlines the requirements for acknowledgment of solicitation amendments by contractors, emphasizing that failure to comply may lead to rejection of offers. The amendment introduces key changes to the Federal Acquisition Regulation (FAR) provisions applicable to commercial products and services, including updates on contractor representations, certifications, and terms and conditions. Specific clauses regarding contractor performance evaluations, the handling of personal identification information (PII), security requirements, and quality assurance are also included. The contract's performance period spans from June 2, 2025, to June 1, 2030, with deliverables required under specified task orders. The document delineates clear responsibilities for both government contracting officers and contractors, reiterating the need for compliance with all applicable regulations. The overall purpose of the amendment and the solicitation is to facilitate effective contract management, ensure compliance with federal standards, and safeguard sensitive information, ultimately driving accountability and efficiency in government contracting practices.
    The Performance Work Statement (PWS) outlines the procurement of nationwide recapture appraisal services by the USDA's Rural Development (RD) program, intended to assess the market, liquidation, or disposition values of single-family homes and vacant lots in rural areas. The RD aims to improve rural living through housing loans and community development, with a portfolio that includes over 232,000 borrowers. The PWS specifies the requirements for appraisal services, including the appraisers' qualifications, adherence to regulations, and reporting standards. Key elements include appraisal delivery timelines (20 days), communication protocols, and conditions under which appraisals are completed. The document stresses the importance of independence in appraisals, requiring compliance with the Uniform Standards of Professional Appraisal Practice (USPAP) and confidentiality regulations. The contractor will provide support through an online system, ensuring data security and documentation for efficient appraisal management. A five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract will be awarded to a single contractor covering all U.S. territories. Overall, the PWS aims to enhance USDA's property valuation processes to effectively manage housing and ensure compliance with federal regulations, contributing to rural revitalization efforts.
    The USDA's Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring contractor performance regarding Nationwide Recapture Appraisal Services. Its primary aim is to ensure compliance with performance standards defined in the performance work statement (PWS) and to detail the roles and responsibilities of both the contractor and government personnel. Key components of the QASP include performance standards, acceptable quality levels (AQLs), allowable deviations, and procedures for addressing non-performance. The document specifies that the contractor is accountable for delivering services as per the Task Order, utilizing its Quality Control Plan (QCP) to adhere to performance objectives. The government's role, led by the Contracting Officer (CO) and the Contracting Officer Representative (COR), involves monitoring service delivery, documenting deficiencies, and enforcing remedial actions for non-compliance. Surveillance methods employed include active inspections and documentation of performance metrics, with detailed procedures for evaluating service quality and addressing discrepancies. This structured approach aims to ensure high-quality outcomes in line with government expectations, thereby representing a commitment to effective performance management and accountability in federal contracts.
    This document outlines mandatory security and compliance standards for all Rural Development applications and systems during the software development lifecycle (SDLC). It emphasizes adherence to existing federal regulations while noting that updates to these standards will be incorporated as they arise. Key references include the OMB Circular A-130, FITARA, FISMA, and various NIST Special Publications that address risk management, security controls, and protection of controlled unclassified information. The inclusion of policies such as the RD Software Source Code Policy ensures that software development processes are aligned with federal expectations for cybersecurity and data protection. Overall, the document underscores the importance of maintaining a secure and compliant environment for software development projects within governmental frameworks, which is crucial for ensuring the integrity of federal grants and RFPs at all levels of government.
    The United States Department of Agriculture (USDA), Rural Development (RD) seeks to procure nationwide recapture appraisal services for single-family homes and vacant lots in rural areas. This initiative involves assessing property values based on Market Value, Disposition Value, or Liquidation Value to support RD’s housing programs. The contractor will deliver appraisal reports within specified timeframes, maintaining compliance with federal appraisal standards under Title 7 CFR Part 3550. The scope includes conducting appraisals for approximately 232,525 borrowers and 3,000 REO properties across the U.S. and territories. Performance requirements outline strict communication protocols, reporting unusual situations, and ensuring timely completion of appraisals. Additionally, the contractor is responsible for ensuring independent opinions of value without outside influence. All appraisal reports must comply with the Uniform Standards of Professional Appraisal Practice and USDA guidelines. The contract will be executed over a five-year period, emphasizing accurate reporting, timely delivery, and adherence to ethical standards, as well as providing continuous support and training for USDA staff on the appraisal process and documentation methods.
    The USDA's Quality Assurance Surveillance Plan (QASP) for Nationwide Recapture Appraisal Services delineates the procedures and standards for ensuring contractor performance meets the requirements outlined in the performance work statement (PWS). The QASP's purpose is to systematically measure contractor performance, document non-compliance, and implement corrective actions as necessary. Performance standards, acceptable quality levels (AQLs), and surveillance methods are defined to evaluate contractor performance, focusing on timely and accurate delivery of services. The plan details the responsibilities of both the contractor and government personnel, specifying the roles of the Contracting Officer (CO) and the Contracting Officer Representative (COR) in monitoring service delivery. Throughout the contract, the surveillance methods, such as inspections and customer feedback, will inform of performance metrics and compliance ratings. The document includes several appendices with templates for discrepancy reports, customer feedback records, and quality monitoring checklists, enhancing the QASP's utility in performance oversight. Overall, this plan aims to ensure high-quality service delivery in line with federal standards and facilitates necessary adjustments to contractor performance throughout the contract lifecycle.
    The document is an Offeror Questions Template for Solicitation Number 12SAD225R0001, which provides a structured format for prospective bidders to submit inquiries related to the government request for proposals (RFP). It consists of several sections to be filled out, including reference documents, page numbers, and questions raised by the offerors, along with corresponding government responses. This template is crucial for maintaining clear communication between the government and offerors, ensuring that all inquiries are addressed methodically. The structured approach promotes transparency and efficiency in the bidding process, allowing for systematic documentation of questions and responses, which can facilitate better understanding and compliance among potential contractors. The template plays a vital role in the overall procurement process, reinforcing the importance of proper documentation and interaction within federal, state, and local RFP contexts.
    The U.S. Department of Agriculture (USDA), Rural Development seeks proposals for Nationwide Recapture Appraisal Services through an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. To evaluate potential Offerors, a Past Performance Questionnaire is in place to gather relevant performance metrics from past clients. The questionnaire includes key performance areas such as technical capabilities, project management, timeliness, quality control, and overall customer satisfaction. Ratings are categorized from "Exceptional" to "Unsatisfactory," with specific criteria for assessing each performance element. The document comprises instructions for filling out the questionnaire, requiring input from both the Offeror and past performance references. It solicits detailed feedback on the nature of appraisal services provided, compliance with timelines, the quality of reports, and the firm's responsiveness to issues. The feedback, including any comments on negative ratings, will contribute to the selection process for the contract. The emphasis on past performance underscores the government's commitment to establishing a reliable and capable vendor for appraisal services. This process is essential for ensuring quality service delivery in alignment with federal procurement standards.
    This document comprises a detailed compilation of annual escalation rates and appraisal methods, focusing on various states and territories across the United States, including federal and state-specific RFPs and grants. It presents specific appraisal types utilized for different purposes, such as Fannie Mae evaluations and alternative valuation reports, with an emphasis on consistent pricing of $0.00 across multiple regions for various appraisal services over a five-year period. The file outlines the structured classification of appraisal types, including single-family residential appraisals, manufactured housing evaluations, and land/lot only appraisals, reflecting uniformity in costs which suggests potential stagnation in appraisal pricing or lack of active projects needing these assessments. Furthermore, the data also enumerates the expected quantities (5237) for various areas, indicating diverse geographic considerations. This report illustrates the ongoing analysis of appraisal practices and their fiscal implications, integral for understanding budget allocations in federal grants and RFPs within housing and urban development sectors.
    The Nationwide Recapture Appraisal Solicitation No. 12SAD225R0001 provides a detailed overview of the requirements and guidelines for contractors involved in the appraisal process for USDA's Single-Family Housing Direct loans. Key points include the incumbent contractor’s identity, the conditions under which appraisals can be submitted, delivery timeframes for various types of appraisals—14 days for ARP appraisals and 20 days for recapture appraisals—and clarification of typographical errors in terms of various timeframes. Additionally, contractors must ensure USDA staff are trained to navigate their online systems, and appraisals need to adhere to certain standards, including cost approaches and documentation requirements. The document also discusses clauses related to liquidated damages for failing to meet delivery timelines, with references to amendments for further clarification. Furthermore, it defines urgent appraisals, outlines the procedures for delay notifications, and explains how trip fees and cancellation fees are calculated for appraisals that have been completed but not yet delivered. Overall, the solicitation emphasizes compliance with established timelines and standards, ensuring that contractors understand their responsibilities within the scope of the contract.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Special Events and Conferences Support BPA - Request for Information (RFI)
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking responses for a Request for Information (RFI) to establish a multiple-award Blanket Purchase Agreement (BPA) for Special Events and Conferences Support. This procurement aims to acquire comprehensive turn-key event production services, including project management, audiovisual support, security, and communications for various events nationwide. The BPA is significant as it will facilitate the USDA's ability to effectively manage and execute special events, with an estimated purchase volume of up to $9.9 million annually, totaling $49.5 million over its lifetime. Interested businesses should submit their capabilities electronically by December 15, 2025, to Garrentt Baca at garrentt.baca@usda.gov or John Flannery at John.Flannery@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Financial & Restructuring Advisory and Appraisal/Evaluation Services for Loans made by the Federal Financing Bank (FFB) and guaranteed by the Rural Utilities Service (RUS) to Brazos Electric Power Cooperative, Inc..
    Agriculture, Department Of
    The Department of Agriculture, specifically the Rural Housing Service, is seeking financial and restructuring advisory and appraisal/evaluation services for loans made by the Federal Financing Bank (FFB) and guaranteed by the Rural Utilities Service (RUS) to Brazos Electric Power Cooperative, Inc. The contractor will assist in securing the RUS/FFB loan by providing services that include evaluating the assets securing the loans and conducting an in-depth financial analysis of Brazos Electric Power Cooperative, Inc. to ensure maximal recovery for RUS. This contract, currently valued at $3,899,175.81, is set to be modified to increase its total value to $4,049,175.81. Interested parties can reach out to Jerrod Schleis at Jerrod.Schleis@usda.gov for further information.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    Appraisal Services for SLW (TRACT 34, R, 1), Sacra
    Interior, Department Of The
    The Department of the Interior is seeking qualified appraisers to provide land appraisal services for a 386.58-acre tract located approximately 8 miles southwest of Elk Grove, Sacramento County, California, intended for the Stone Lakes National Wildlife Refuge. The procurement requires offerors to possess a current California certified general appraiser license, demonstrate experience with comparable agricultural properties, and adhere to federal appraisal guidelines, including USPAP and UASFLA. This total small business set-aside contract, classified under NAICS Code 531320 and PSC R411, is crucial for ensuring accurate valuation of land for conservation purposes. Quotes are due by December 15, 2025, at 15:00 MS Time, and interested parties can contact Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391 for further information.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    REGION ONE A&E IDIQ
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract in Region One, which encompasses Montana, northern Idaho, far eastern Washington, and the North/South Dakota National Grasslands. The contract will focus on providing engineering services, including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure at USFS recreation and administrative sites, with projects involving bridges, culverts, retaining walls, and water management systems. This initiative is crucial for maintaining and enhancing the infrastructure that supports public access and environmental stewardship in these regions. Interested small businesses are encouraged to submit a Capability Statement to Crystal Amos at crystal.amos@usda.gov within 15 days, with an estimated contract value exceeding $10 million and a performance period from March 2026 to February 2031.