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 (RD) program, is seeking proposals for Nationwide Recapture Appraisal Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective of this procurement is to assess the market, liquidation, or disposition values of single-family homes and vacant lots in rural areas, thereby supporting the USDA's mission to improve rural living through housing loans and community development. The contract will require appraisers to adhere to strict qualifications and reporting standards, ensuring compliance with federal regulations and the Uniform Standards of Professional Appraisal Practice (USPAP). Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed 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 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 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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Rhapsody Annual Support and Maintenance of Rhapsody Integration Engine
    Buyer not available
    The U.S. Department of Agriculture (USDA) is seeking quotes for the Rhapsody Annual Support and Maintenance of the Rhapsody Integration Engine, with the contract set to run from March 1, 2025, to February 28, 2026. This procurement involves the maintenance of 58 licenses for the integration engine, which is critical for ensuring effective communication and disaster recovery services within USDA operations, particularly for real-time reporting in veterinary services. The opportunity is exclusively available to small businesses under NAICS code 541519, and proposals must be submitted by February 20, 2025, with questions due by February 17, 2025. Interested vendors should contact Mindy Klask at mindy.klask@usda.gov or call 407-572-0429 for further details.
    A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-IITF Research Stations 2024
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer (A&E) firms for the 2024 Shortlist for the Southern Research Station (SRS) and Pacific Northwest Research Station (PNW) projects. The procurement aims to establish a Short Selection Database for contracts valued under $250,000, covering a range of engineering services including surveying, construction inspection, and environmental assessments across multiple states and territories. This initiative is crucial for enhancing ecosystem management and sustainability within the USDA's operational areas, with an average of 20 projects expected to be executed annually from this database. Interested firms must submit their qualifications, including a cover letter, A&E Submittal Cover Sheet, current SAM registration, and SF330 forms by March 15, 2024, to Cynthia Granderson at cynthia.granderson@usda.gov, with a cc to Steven Alves at steven.alves@usda.gov.
    SAPU 102-34
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide appraisal services for a 29.56-acre property adjacent to the Salinas National Monument in Mountainair, New Mexico. The objective of this procurement is to conduct a market value appraisal that adheres to federal standards, ensuring fair compensation for the property rights acquired, including verification of access rights and consideration of any water or mineral rights. This appraisal is crucial for facilitating the government's acquisition process and maintaining transparency in public land transactions. Interested bidders must submit their quotes by February 27, 2025, and possess a valid Certified General Appraiser license in New Mexico, with the completed appraisal report due within 30 days of contract award. For further inquiries, contact Luis Cibrian at luiscibrian@nps.gov.
    VIPR I-BPA for GIS Unit for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for a VIPR I-BPA for GIS Unit for Region 13, aimed at enhancing their surveying and mapping capabilities. This procurement is set aside for small businesses and focuses on providing essential services related to natural resources and conservation, particularly in forest and range fire suppression and presuppression efforts. The selected contractor will play a crucial role in supporting the Forest Service's mission to manage and protect national forests and grasslands. Interested vendors can reach out to Jennifer Travis at jennifer.travis@usda.gov or call 970-373-7170 for further details regarding the solicitation process.
    2025-2029 National Mobile Food Service Unit (MFSU) Support IDIQ
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the 2025-2029 National Mobile Food Service Unit (MFSU) Support Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to provide food service support in various incident response scenarios, particularly in natural resource conservation and forest fire suppression efforts. The services are critical for ensuring that personnel engaged in emergency operations receive timely and nutritious meals to maintain operational effectiveness. Interested small businesses are encouraged to reach out to Dana Price at dana.price2@usda.gov or call 703-431-6656 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking vendors to provide Bovine Spongiform Encephalopathy (BSE) sample collection services across various cattle populations in the U.S. The procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, focusing on vendors with access to targeted cattle demographics, to enhance the government's BSE surveillance efforts. This initiative is critical for ensuring animal health and public safety, as it involves the collection, documentation, and shipping of brain stem samples for testing, adhering to strict quality control standards. Interested vendors must submit their proposals by 12:00 PM EST on November 20, 2025, with a minimum order requirement of $300 and maximum order limitations not exceeding $2.4 million, while also contacting Amanda Imlach at amanda.imlach@usda.gov for further inquiries.
    USFS Region 5 Reforestation Services IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.
    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
    Buyer not available
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional walk-in growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with all work required to meet USDA standards. This remodel is crucial for enhancing research capabilities within the facility, reflecting the USDA's commitment to maintaining high standards for scientific research environments. Interested small businesses must submit sealed offers by January 24, 2025, with an estimated project cost between $100,000 and $250,000, and are encouraged to contact Mr. Lam Pham at lam.pham@usda.gov for further details.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    United States Department of Agriculture (USDA) Seeks General Office Space for Lease in Valdosta, Georgia
    Buyer not available
    The United States Department of Agriculture (USDA) is seeking to lease general office space in Valdosta, Georgia, as part of its procurement efforts through the Farm Production and Conservation Business Center. The USDA requires a facility with a minimum of 4,288 square feet and a maximum of 4,503 square feet, accommodating various USDA components, including reserved parking spaces and specific security features. This office space is crucial for the effective operation of USDA personnel, ensuring compliance with governmental standards for safety, accessibility, and environmental sustainability. Interested offerors must submit proposals by March 14, 2025, with occupancy anticipated by July 1, 2025; inquiries can be directed to Marty Glann at marty.glann@usda.gov or by phone at 501-745-5161.