Appraisal Blanket Purchase Agreement (BPA)
ID: W9126G25Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST FT WORTHFORT WORTH, TX, 76102-6124, 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
  1. 1
    Posted Oct 22, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 5:00 PM UTC
Description

The U.S. Army Corps of Engineers (USACE), Fort Worth District, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for Real Estate Appraisal Services on behalf of the Customs Border Protection (CBP) Program. The BPA will encompass a range of appraisal services, including the preparation of Narrative Appraisal Reports for properties across the United States and its territories, with a total capacity of $7 million over a five-year period, specifically set aside for small businesses. This procurement is crucial for ensuring accurate property valuations that support federal operations, and contractors must comply with NIST SP 800-171 assessment standards. Interested parties should submit their proposals by January 10, 2025, and can direct inquiries to Yvonne Howard at yvonne.howard@usace.army.mil or Paige Poorman at PAIGE.E.STONE@USACE.ARMY.MIL.

Files
Title
Posted
Jan 2, 2025, 9:12 PM UTC
The document outlines a Combined Synopsis/Solicitation for Appraisal Blanket Purchase Agreements (BPAs) issued by the U.S. Army Corps of Engineers (USACE). The primary goal is to establish up to ten BPAs for real estate appraisal services with a combined capacity of $7 million over five years, specifically set aside for small businesses. Bids must be submitted by January 10, 2025, and compliance with the NIST SP 800-171 assessment is mandatory to be considered responsive. Contractors must provide various appraisal services following specific standards, including contacting property owners, conducting site visits, and preparing Narrative Appraisal Reports according to applicable guidelines. The USACE will review these reports for compliance before payment, highlighting the importance of quality control and assurance in service delivery. Additionally, the document includes terms concerning billing, reporting, and security requirements for contractors, emphasizing the government’s ownership of prepared documents and confidentiality protocols. Overall, this solicitation represents the government's commitment to acquiring appraisal services while adhering to federal standards and supporting small business participation in government contracts.
Jan 2, 2025, 9:12 PM UTC
This document serves as an amendment to a solicitation from the U.S. Army Corps of Engineers, specifically for Contract ID W9126G25Q0001. The amendment is primarily intended to address inquiries regarding the proposal submission process and the scope of work involved. Written proposals must be submitted through the PIEE system. The services outlined pertain to real estate appraisals, which can include both residential and non-residential properties, with a forecasted period of performance spanning five years. The actual number of buildings to be appraised will vary depending on project requirements. Additionally, it clarifies that an asset list is not available, and appraisals will primarily focus on selected properties assigned to the Fort Worth District. Essential deadlines, including a query submission deadline of November 13, 2024, are highlighted. The amendment reflects a structured approach to managing questions and updates to ensure clarity for potential contractors, reinforcing the government's commitment to transparency and adherence to federal procurement regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
BPA, LRD COURT REPORTING SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Great Lakes and Ohio River Division, is seeking to establish a Blanket Purchase Agreement (BPA) for court reporting and transcription services. The objective is to secure qualified vendors who can produce verbatim transcripts of various legal proceedings, including meetings, conferences, depositions, and administrative hearings, ensuring accurate and confidential legal records. This BPA is crucial for maintaining a complete and secure documentation of proceedings, with a total maximum capacity of $5 million over its lifetime, which extends to May 2030. Interested vendors must have at least two years of experience, comply with security protocols, and submit their questions and offers by May 1, 2025, to the primary contact, Jamie Lynn Barnes, at jamie.l.barnes@usace.army.mil.
BPA, Court Reporting Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to establish Blanket Purchase Agreements (BPAs) for Court Reporting Services to provide verbatim transcripts for various legal and administrative proceedings. The primary objective is to ensure accurate, secure, and confidential legal records of meetings, conferences, depositions, and hearings, with services including attendance at proceedings, capturing spoken dialogue, and preparing transcripts. This procurement is crucial for maintaining a reliable legal record and will involve up to six firm-fixed price BPAs, each with a monetary limit of $250,000 and an overall cap of $5 million until May 2030. Interested vendors must submit their offers by May 1, 2025, and can contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or (615) 736-5643 for further information.
Construction Service Projects - Basic Ordering Agreements (BOAs)
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is issuing a Request for Proposal (RFP) for Basic Ordering Agreements (BOAs) aimed at acquiring various construction services for the Pine Bluff Arsenal (PBA) in Pine Bluff, Arkansas. This solicitation, designated as W519TC-24-R-2011, is a Total Small Business Set-Aside and will allow contractors to submit proposals for BOAs that will be valid for up to five years, enabling them to compete for future task orders as they arise. Contractors must adhere to specific compliance requirements and submit proposals without pricing information by the deadline of May 7, 2025, at 3:00 PM (CST), while also ensuring they meet security and safety standards for accessing the PBA. For further inquiries, interested parties can contact Heather Johns at heather.b.johns.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.
R--EHW (39) Perry Smith Family, Ltd., AVIS Number: F2
Buyer not available
The U.S. Department of the Interior is soliciting qualified small businesses to provide appraisal services for approximately 1,364.02 acres of non-federal, semi-improved, encumbered land located in Okeechobee County, Florida, on behalf of the U.S. Fish & Wildlife Service. The procurement aims to secure a firm-fixed price quote for a comprehensive land appraisal that adheres to the Uniform Standards of Professional Appraisal Practice (USPAP) and the Uniform Appraisal Standards for Federal Land Acquisitions (UASFLA). This appraisal is crucial for federal land acquisition initiatives and requires the selected contractor to deliver an initial report within 60 days of award, followed by a review and final revision phase. Interested parties must submit their quotes by April 25, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
Fence Repair BPA Fort Drum, NY
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architectural and engineering firms to provide comprehensive support for real property planning, programming, and management. The objective of this procurement is to gather market information to identify firms capable of delivering services such as facility assessments, master planning, asset management, and economic analyses for various military and government installations worldwide, with an estimated total program capacity of $550 million. These services are crucial for ensuring effective facility management and compliance with federal regulations across both domestic and international sites. Interested firms must submit their qualifications and relevant experience by May 5, 2025, via email to the designated contacts, Jasmine McCullough and LaShonda Smith, as no hardcopy submissions will be accepted.
FY23-28 General Construction Services BPA - W911S223S8000
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. This BPA is specifically aimed at Historically Underutilized Business Zone (HUBZone) small businesses and will cover a range of construction projects valued between $2,000 and $250,000, with an estimated total value of $15 million over its duration. The selected contractors will be responsible for providing all necessary resources for various construction activities, including new work, alterations, and maintenance, while adhering to federal regulations such as the Davis-Bacon Act. Interested vendors must submit their qualifications, including bonding capability and compliance certifications, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, by the specified deadline to be considered for inclusion in this BPA.
Appraisal services: Ozark National Scenic Riverway
Buyer not available
The Department of the Interior is soliciting quotations for appraisal services related to the Ozark National Scenic Riverways in Carter County, Missouri. The procurement aims to secure a firm-fixed-price appraisal report, with a completion target of 90 days post-award, and a total project timeframe of 115 days. This initiative is crucial for ensuring compliance with federal land appraisal standards and engaging small businesses within the industry, specifically those with a NAICS code of 531320. Quotations are due by April 28, 2025, and interested contractors should notify the contracting officer, Jacqueline Hernandez, of their intent to submit an offer by April 23, 2025, at jacquelinehernandez@ibc.doi.gov or by phone at 703-964-3600.
Supply Blanket Purchase Agreement
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of Asphalt Paving Mixture and Block Manufacturing. The BPA Holder must be able to provide various asphalt products on an as-needed basis, with quantities ranging from 1 Ton up to 18,000 Tons. The unit of measure will always be Net Tons. The contractor must be located within a 20-mile radius of Fort Drum, NY, and Fort Drum personnel will pick up the material. The calls placed through the BPA will generally be below $10,000 and may be sporadic. Interested parties must be registered in the System for Award Management (SAM) and have their representations and certifications on record. For more information, contact Amanda Bellnier at amanda.l.bellnier.civ@mail.mil.
Buckhorn Tailwater Stabilization
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking bids for the Buckhorn Tailwater Stabilization project in Buckhorn, Kentucky. This project aims to repair approximately 500 feet of streambank along Squabble Creek, which has suffered severe erosion due to a flood event in 2022, affecting adjacent camper pads and campground infrastructure. The scope of work includes regrading the streambank, installing rip rap stone protection, and making various repairs to campsites and the campground road, with a focus on environmental protection due to the presence of endangered species. The contract is set aside for small businesses, with an estimated value between $500,000 and $1,000,000, and bids are due by May 8, 2025, at 10:00 AM ET. Interested contractors should contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545 for further details.