Appraisal Blanket Purchase Agreement (BPA)
ID: W9126G25Q0001Type: Combined Synopsis/Solicitation
AwardedJan 29, 2025
$7M$7,000,000
AwardeeALLEN, WILLIFORD AND SEALE, INC. Houston TX 77079 USA
Award #:W9126G25A0001
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
    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
    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.
    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
    Similar Opportunities
    Fence Repair BPA Fort Drum, NY
    Dept Of Defense
    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.
    (SPA) ProjNet Sofware
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Albuquerque District, intends to award a sole-source contract for access to ProjNet software, which is essential for managing Bidders Inquiry processes for procurements. The contract will provide subscription services for continuous access to the ProjNet Bidder Inquiry software, ensuring uninterrupted service and maintenance for both government users and industry stakeholders involved in project reviews. This software is critical for compliance with Engineer Regulation 1110-1-8159, which mandates the use of Dr.Checks for military and civil projects requiring design reviews. Interested parties may submit capability statements or proposals by December 18, 2025, to Harry J Rivera Reyes at harry.j.riverareyes@usace.army.mil, with no reimbursement for submission costs. Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.
    2025 ERDC Broad Agency Announcement
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is issuing the 2025 Broad Agency Announcement (BAA) for various research and development initiatives through its Engineer Research and Development Center (ERDC). This announcement invites pre-proposals for basic and applied research across multiple laboratories, including Coastal and Hydraulics, Geotechnical and Structures, Environmental, Information Technology, Construction Engineering, Cold Regions Research, and Geospatial Research, focusing on areas such as hydraulics, environmental restoration, and geospatial solutions. The BAA is crucial for advancing scientific knowledge in support of USACE, Army, and Department of Defense missions, and it encourages participation from educational institutions, non-profits, private industry, and small businesses. Interested parties can submit pre-proposals at any time, and for further details, they may contact Christopher Barnett at Christopher.M.Barnett@usace.army.mil or Robyn D. Wells at Robyn.D.Wells@usace.army.mil.
    Blanket Purchase Agreement (BPA)-Bulk Petroleum Products- USACE St. Louis District
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) St. Louis District is seeking businesses interested in entering into a Blanket Purchase Agreement (BPA) for Bulk Petroleum Products and related services. The procurement aims to fulfill the district's needs for approximately 200-240,000 gallons of D2 Bio-diesel, along with 100-150 barrels of engine/hydraulic oils, with an anticipated frequency of 2-4 orders per year. These petroleum products are essential for various operational requirements within the district, ensuring the availability of necessary fuels and lubricants for military and civil works projects. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or call 314-331-8506 for further details and to express their interest in this opportunity.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    Chemical Analyses of Environmental Samples for Dredged Materials, Blanket Purchase Agreement, US Army Corps of Engineers, New England District, Concord, MA
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors to establish a Blanket Purchase Agreement (BPA) for chemical analyses of environmental samples related to dredged materials. The primary objective is to conduct physical and chemical analyses of soil, sediment, and water samples to support dredge material suitability determinations and assess potential environmental impacts for various navigation and planning projects. This BPA will cover an indefinite quantity of services over a 36-month period, with a master limit of $250,000 and individual BPA calls not exceeding $25,000. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 29, 2025. For further inquiries, vendors may contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Supply Blanket Purchase Agreement (Hardware)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for general hardware and lumber supplies at Fort Drum, New York. Interested contractors must be located within a 30-mile radius of Fort Drum and must be able to accept Government Purchase Cards, with potential payments exceeding $10,000 processed through Wide Area Workflow (WAWF). This procurement is crucial for supporting the Department of Public Works at Fort Drum, and BPAs will be evaluated annually based on price, socio-economic status, past performance, and technical capabilities. Interested parties should contact Samara Johnson at samara.e.johnson.civ@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    A-E Master Planning Services IDC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) - Tulsa District is seeking qualified architect-engineer firms to provide Master Planning Services through a competitive Firm-Fixed-Price Indefinite Delivery Contract (IDC). The procurement aims to solicit professional, multi-discipline A-E services primarily within military and civil boundaries across Texas, Oklahoma, Louisiana, Arkansas, and southern Kansas, in accordance with relevant regulations and acquisition instructions. These services are crucial for effective regional planning and environmental management, ensuring that the USACE can meet its operational needs. Interested firms, particularly those classified as Small Business, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB), are encouraged to express their interest and capabilities by contacting Thomas Howard at thomas.howard@usace.army.mil or by phone at 918-669-4389.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.