Inactive
Notice ID:36C10F22Q0003
Sources Sought Notice This Sources Sought Notice is for planning and market research purposes only. Response(s) to this Sources Sought Notice will be treated as information only. A solicitation does n...
Sources Sought Notice This Sources Sought Notice is for planning and market research purposes only. Response(s) to this Sources Sought Notice will be treated as information only. A solicitation does not exist at this time. The Department of Veterans Affairs (VA) Office of Construction and Facilities Management (CFM) is conducting market research to determine industry capabilities to provide multi-disciplined services to support the Office of Real Property (ORP) including but not limited to Land Acquisition and Strategic Utilization (LASU), Land Management, Policy and Programs and Lease Execution Divisions. The contractor shall be responsible for providing ORP program management support as well as technical and reporting deliverables to help ensure ORP projects are accomplished efficiently and effectively for pre-execution/feasibility support. Specific expertise needed include but are not limited to: Real estate development. Real estate financial analysis, including but not limited to, developing, and analyzing pro formas, debt structures, development operating and cash flow statements. Real estate valuation and repositioning. Adaptive reuse/development of historic real estate and the Historic Tax Credits program. National Historic Preservation Act and negotiating agreements to mitigate potential project impacts. Infrastructure public private partnerships, including healthcare uses, and complex, urban infill projects, as well as recent authorities for VA. Real property sales and accompanying due diligence requirements. Environmental matters affecting real estate, including but not limited to: CERCLA, NEPA, and RCRCA. Creating and analyzing real property profile, feasibility, and reuse studies, including value for money analyses compared to alternative options, appropriate market research, etc. Analyzing and curing title matters per Regulations of the Attorney General Governing the Review and Approval of Title for Federal Land Acquisitions, 2016. Solicitation requirements and practices, Real estate execution administrative support, including, but not limited to, establishing meetings, organizing logistics. Real estate executive support, including but not limited to, creating presentations, executive summaries, organizational documents. Audit and compliance support. Data management. Document preparation, management, and storage. Communications and stakeholder management. VA and GSA real property leasing process and supporting documentation. The planned procurement is an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract(s) which will be procured under FAR Part 12 Acquisition of Commercial Items. The primary North American Industrial Classification System (NAICS) code applicable is 541611 Administrative Management and General Management Consulting Services which has a size standard of $16.5 million dollars. Multiple NAICS code(s) may be considered. The information received will be used by CFM to facilitate the decision-making process. This Sources Sought Notice is one facet in the Governments overall market research in regard to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). The procurement strategy will not be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. Interested parties are advised that in accordance with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns will submit responses to the solicitation and that award can be made at a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides. Interested sources are invited to respond to this sources sought notice in writing by providing a capabilities statement which reflects the interested sources ability to provide the services listed, relevant prior/current experience providing the same/similar service and DUNS number. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. At minimum submission of capability statement strongly encouraged. Respond to this Sources Sought Notice by November 23, 2021 at 3:00 pm EST. All responses under this Sources Sought Notice must be emailed to tiffany.rivers2@va.gov.