Military Resilience Housing Initiative

Southern Indiana Development Commission

Loogootee, IN

The Southern Indiana Development Commission (SIDC) was awarded a U.S. Department of Defense Office of Local Defense Community Cooperation's CDF 12.610 to develop an NSA Crane & Lake Glendora Test Facility Military Installation Resilience Review. This project supports a community and military stakeholder planning and technical assistance to communities to perform a military installation resilience review and evaluate some of the responses to threats to military installation resilience caused by lack of necessary resources outside the military installation which can adversely affect the military installation and its operations supporting the National Defense Strategy. The review will include an action plan with specific implementation actions to ensure military installation resilience are compatible with, and supportive of, vital training, testing, and other military missions.

The primary funder is the U.S. Department of Defense Office of Local Defense Community Cooperation that provides technical assistance and grant funding to state and local governments to help them support the military mission, while also enabling civilian responses to local impacts.

As a part of this effort, Southern Indiana Development Commission (SIDC) has partnered with Radius Indiana (Radius) and Regional Opportunity Initiatives (ROI), to seek a qualified consultant/organization to build the skills and expertise of local aspiring small-scale real estate developers. This entity will need to provide basic and advanced developer training delivered both online and in-person through workshops and intensive training sessions. The purpose of this effort is to attract and train local aspiring developers in all aspects of project formation with the purpose of increasing housing units and types and spaces for commercial activity in Daviess, Greene, Martin, Lawrence and Sullivan counties.

Background

Naval Support Activity Crane was commissioned under the 1941 Defense Appropriation Act as the Naval Ammunition Depot for the production, testing, and storage of military weaponry. Today, the NSA Crane facilities, which cover 100 square miles in portions of Greene, Martin, and Lawrence counties, provide critical support services for the Navy, Marine Corps, Army, Air Force, United States Special Operations Command, Coast Guard, NASA, and other military organizations. Located approximately 70 miles southwest of Indianapolis and 90 miles northeast of Evansville, NSA Crane is surrounded by Daviess County, Green County, Lawrence County, Martin County and the incorporated and unincorporated communities within them. The Lake Glendora Test Facility (LGTF), geographically separated from NSA Crane, is located in rural Sullivan County approximately 30 miles northwest of NSA Crane. The LGTF comprises 460 acres containing three different ranges on a 100‐acre lake for a variety of testing purposes. They are an economic engine of prosperity, enabling jobs for more than 6,000 workers who reside in the counties around the base. NSA Crane hosts over a dozen tenants, each of which performs different operations to achieve their mission. Primary tenants include the Naval Surface Warfare Center Crane Division (NSWC Crane), and Crane Army Ammunition Activity (CAAA).

NSA Crane and Lake Glendora Test Facility rely on community partners, energy providers, and industry for critical utility connections, transportation highways support personnel and defense logistics, mission support services and contracting, and, of course, workforce. These shared needs with the community and installation are interlinked, with both man-made infrastructure as well as the larger natural ecosystem and environment including watersheds, rivers, threatened and endangered species habitat, and additional climate change impacts on the community, lands and military operations.

This effort is part of a larger effort to provide a much-needed assessment of resiliency risks and proposed strategies within the area to mitigate mission impacts by providing watershed and flood protections, utility and energy security, threatened and endanger species habitat enhancement, forestland conservation initiatives and housing resilience.

About Housing

In 2019, ROI published the Indiana Uplands Regional Housing Study for the 11-counties that make up the region. That study examines the unique circumstances of each county plus communities within those counties with populations of 5,000 or more. This study includes all of the above noted counties except Sullivan. Some housing data for Sullivan county can be found on the Indiana Housing Dashboard. The study, currently being updated, will provide a foundation for determining the housing need for the proposed community/county.

Scope of Services

The proposal must address the following:

Review Housing Data for Daviess, Greene, Lawrence, and Martin Counties and develop a database of available or underdeveloped properties – Use the 2019 Indiana Uplands Regional Housing Study and Indiana Housing Dashboard to quantify the housing needs that affect the region around NSA Crane. Utilize quantitative and qualitative data to determine areas with potential for housing development including infill and green development.

Develop Housing Data and Action Plan for Sullivan County – Utilize the Indiana Uplands Regional Housing Study as a template to document housing data and housing market need for Sullivan County. Develop an action plan to meet the needs of housing in Sullivan.

Assist in Expanding the Quantity of Developers – Create Housing Workshops - Created training or expert discussions that broaden the knowledge on Housing issues in the region. Will include materials and potential videos of events.

Content must include the following:

  • Basics of real estate development
  • Project analysis
  • Project proforma
  • Working with development professionals
  • Investigate the benefits of P4 partnerships.

Developer Training Sessions – Training events for developers. Will include materials and potential video.

Content must include the following:

  • Selecting the right project
  • How to develop a site plan
  • Understanding zoning
  • Create a project proforma
  • Financing your project/how to find the right investors
  • Project management

As experts in this field, if alternatives or additional content should be included, please include details in your response.

Response Requirements

Responses will be accepted by email. The committee reserves the right to waive any irregularities and to reject any and all responses. They also reserve the right to negotiate with the selected provider.

Proposals must include:

  • Name, title, address and telephone number of individual(s) with authority to negotiate and bind the proposer contractually, and who may be contacted during the period of evaluation
  • Non-proprietary content information
  • Bios on proposed instructors
  • Information on access to resources attendees will be able to access post instruction
  • Proposed schedule of workshops/intensive training sessions
  • Three (3) references
  • Total calculated price, with alternatives if appropriate

Proposal Submission and Selection Process

If you are interested in providing the requested services, please submit one (1) hard copy and a digital copy of the statement of qualification to:

Greg Jones, Executive Director
Southern Indiana Development Commission
405 JFK Ave. Suite A
PO Box 442
Loogootee, IN 47553

Phone work 812-295-3707
Mobile (812)709-0760

Digital Copy can be emailed to: gejones@sidc.cc

Request for Proposals should be submitted by 4:00 PM local time on November 22, 2023. Interviews are expected to be held the week of December 11, 2023.

Questions regarding this RFP should be directed to Greg Jones via email, as noted above.

The evaluation of proposals and the selection of the successful Proposer will be based on the information provided in the proposal. The project committee may consider additional information if they determine it is relevant. The committee reserves the right to request an oral presentation/interview to seek clarification and additional information as needed to make a final determination.

Type of Contract

SIDC will execute a lump-sum type contract for these services. SIDC anticipates making progress payments to the consultant during the course of this contract.

Federal Requirements

This project will be governed by the following U.S. Department of Defense Office of Local Defense Community Cooperation’s General Terms and Conditions. These general terms and conditions implement Office of Management and Budget (OMB) guidance, “Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards,” published in the Code of Federal Regulations (CFR) at 2 CFR part 200 and implemented by the DoD at 2 CFR part 1103, “Interim Grants and Cooperative Agreements Implementation of Guidance in 2 CFR part 200” (79 FR 76047, December 19, 2014).

Proposed Schedule

Work shall begin immediately upon an executed contract agreement with SIDC. SIDC and its partners will finalize training schedule upon execution of the contract agreement.

Response Selection

Identified staff members of SIDC and its partners will evaluate the proposals. All evaluation personnel will use the evaluation criteria stated in this section. The committee will evaluate the proposals based on the requirements outlined above. Proposals that are incomplete or otherwise do not conform to proposal submission requirements may be eliminated from consideration. Based on the results of this evaluation, the qualifying proposal determined to be the most advantageous to SIDC, taking into account all of the evaluation factors, may be selected for further action, such as contract negotiations. If, however, SIDC decides that no proposal is sufficiently advantageous, SIDC may take whatever further action is deemed necessary to fulfill its needs. If, for any reason, a proposal is selected and it is not possible to consummate a contract with the Respondent, SIDC may begin contract preparation with the next qualified Respondent or determine that no such alternate proposal exists.

SIDC may or may not negotiate the fee schedule with one or more offers. SIDC reserves the right to reject any and/ or all responses. SIDC is an Equal Opportunity Employer. The contract is tentatively scheduled to be awarded by SIDC on or after January 15, 2023.

https://irp.cdn-website.com/98cb618e/files/uploaded/MIRR-%20Housing%20RFP%20Final.pdf


Request Type
RFP
Deadline
Wednesday, November 22, 2023

Contact Information

Contact Email