R--Appraisal services: POC Ice, LLC (Tract 47), AVIS
ID: 140D0425Q0588Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Offices of Real Estate Appraisers (531320)

PSC

SUPPORT- PROFESSIONAL: REAL PROPERTY APPRAISALS (R411)
Timeline
    Description

    The Department of the Interior is soliciting proposals for appraisal services related to the property owned by POC Ice, LLC (Tract 47) in Calhoun County, Texas. The procurement, now classified as unrestricted, requires qualified contractors to provide a comprehensive appraisal report, with evaluation criteria focusing on technical qualifications, past performance, delivery timelines, and price. This appraisal is crucial for the agency's real estate management and decision-making processes. Interested offerors must submit their proposals by September 15, 2025, at 5:00 PM Eastern Standard Time, and should contact Jacqueline Hernandez at jacqueline_hernandez@ibc.doi.gov or 703-964-3600 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document represents an amendment to a solicitation for federal contracting, designated by the solicitation number 140D0425Q0588. The central purpose of this amendment is to extend the deadline for submitting offers to August 6, 2025. It specifies how contractors can acknowledge receipt of the amendment, stating that failure to do so prior to the deadline may lead to the rejection of their offers. Additionally, the document outlines that changes to previously submitted offers may be made through a letter or electronic communication, given the reference to the solicitation and the amendment. The document maintains its structure, with designated sections for amendments and contract modifications, indicating the authority under which the changes are made. Overall, it serves as a formal notification to contractors regarding changes affecting the solicitation process, ensuring compliance with federal acquisition regulations.
    The document is an amendment to solicitation 140D0425Q0588, extending the closing date to August 19, 2025. This amendment, issued by the Interior Business Center, Acquisition Services Directorate in Herndon, VA, modifies the original solicitation by changing only the deadline for offer submissions. All other terms and conditions of the initial solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging receipt on their submitted offer copies, or by sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in the rejection of the offer.
    This amendment to solicitation 140D0425Q0588, issued by the Department of the Interior, significantly alters the procurement for appraisal services. Originally a 100% Total Small Business Set-Aside, it is now an Unrestricted procurement. Key dates have been extended: the Notice of Intent and Questions due date is now September 11, 2025, and the closing date for offers is September 15, 2025, both at 5:00 PM Eastern Standard Time. The solicitation is for an appraisal report on "POC Ice, LLC (Tract 47), Calhoun County, Texas," under NAICS Code 531320 and PSC R411. Proposals will be evaluated based on Technical Qualifications, Past Performance, Delivery, and Price, with the first three factors collectively being more important than price. Offerors must be registered in SAM with an active UEI. The document details instructions for offerors, technical qualifications, past performance requirements, delivery expectations (target 120 days from award), and pricing for a Firm-Fixed-Price contract. It also incorporates various FAR clauses, including those related to minimum wages and electronic invoicing through the IPP system.
    The document outlines a Request for Quote (RFQ) issued by the U.S. Department of the Interior's Acquisition Services Directorate for appraisal report services regarding a property owned by POC Ice, LLC in Calhoun County, Texas. The RFQ emphasizes a total small business set-aside and details evaluation criteria including technical qualifications, past performance, timely delivery, and price. Offerors must hold a Certified General Appraiser license, demonstrate geographical and technical competency, and provide testimonials of past appraisal experiences relevant to U.S. federal government contracts. The target performance period for the appraisal is set at 160 days from award, with preference given to earlier submissions. The document specifies a firm-fixed-price purchase order type, outlines submission requirements for the quote, and provides guidance on the evaluation and award process based on the best value to the government, emphasizing that technical and performance factors outweigh price considerations. It incorporates standard federal clauses, including provisions on labor standards, electronic invoicing, and confidentiality of government information. Ultimately, the RFQ serves to secure qualified contractors to meet the appraisal needs of a federal agency, aligning with federal procurement regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    68--Propane for Pine Ridge Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Pine Ridge Agency in South Dakota. The procurement involves delivering an estimated 120,000 gallons of propane to BIA-owned facilities for heating and emergency generators over a four-month period, from December 1, 2025, to March 31, 2026. This contract is crucial for ensuring reliable heating and emergency power supply in the region, with specific requirements including remote tank monitoring, emergency deliveries, and compliance with safety regulations. Interested vendors must submit their quotations by December 10, 2025, at 5:00 PM CST, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.
    68--Propane for Standing Rock Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 66,800 gallons of propane for the Standing Rock Agency, with a performance period from December 15, 2025, to March 31, 2026. The objective is to ensure adequate heating for five designated buildings during the winter months, requiring the selected vendor to coordinate deliveries and comply with all applicable regulations. This procurement is set aside for Indian Economic Enterprises (IEEs) and will be awarded based on the Lowest Price Technically Acceptable source selection process. Interested vendors must submit their quotes by December 10, 2025, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.
    R--Emergency Governor Evaluation for the Bureau of Indian Affairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking small business sources for an Emergency Governor Evaluation at the Headgate Rock Hydro Electric Generation Station (HGR-EGS). The primary objective is to engage a Subject Matter Expert (SME) to evaluate and troubleshoot the hydraulic governor systems, which have faced catastrophic failures and performance issues, leading to increased operational costs for the Colorado River Indian Tribe (CRIT) reservation. This evaluation is critical for restoring reliable and economical power generation, ensuring the safe and consistent operation of the facility. Interested vendors must submit their responses by December 8, 2025, at 1:00 PM Eastern Prevailing Time, via email to David Boyd at DAVIDBOYD@IBC.DOI.GOV, adhering to the specified submission guidelines outlined in the attached Statement of Work (SOW).
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    R--Conflict Management Services - Internal
    Buyer not available
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    68--Propane for Cheyenne River Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 41,400 gallons of propane for the Cheyenne River Agency in South Dakota. This opportunity is set aside for Indian Economic Enterprises (IEEs) and requires the vendor to deliver propane on an as-needed basis, adhering to all relevant regulations and guidelines. The contract period is scheduled from December 15, 2025, to March 31, 2026, with quotes due by December 10, 2025, at 5:00 PM CST. Interested vendors can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.
    R--Indian Art and Craft Shop Operations RFP
    Buyer not available
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.