Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
DOCUMENT

R -- Closing Services for Conservation Easements in Louisiana - Statement of Work/Clauses

Notice Date
10/1/2008
 
Notice Type
Statement of Work/Clauses
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
 
ZIP Code
71302
 
Solicitation Number
AG-7217-S-09-0001
 
Archive Date
11/8/2008
 
Point of Contact
Vicki Supler,, Phone: 318-473-7645, Ralph E Broome, Phone: 318-473-7781
 
E-Mail Address
vicki.supler@la.usda.gov, ralph.broome@la.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation AG-7217-S-09-0001 is issued as a request for proposals (RFP's). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The United States Department of Agriculture, Natural Resources Conservation Service (NRCS), Louisiana State Office intends to award multiple Blanket Purchase Agreements (BPA's) to small business sources capable of providing title commitment and closing services for conservation easements. This is a Total Small Business Set Aside. The applicable NAICS Code is 541191, with a business size standard of $6.5M. Title commitment and closing services will be for conservation easements located in the State of Louisiana. The contractor shall furnish all closing services, including obtaining title insurance from a title company approved by the U.S. Attorney General. The contractor will perform the same closing services as a commercial transaction, including abstracting, disbursement of funds, obtaining deeds and any necessary curative instruments to assure merchantable title to the conservation easement. NRCS envisions entering into Multiple Blanket Purchase Agreements (BPA's) with qualified offerors capable of providing title commitment and closing services. A BPA is a method of filling anticipated repetitive needs. It is not a contract. The Government is not obligated to place any orders nor is the vendor obligated to accept any orders. For each work assignment, the Government will request title services through the issuance of a BPA call order from those firms that have been awarded BPA's. The Statement of Work is attached to this solicitation. Individual call orders shall be submitted in accordance with the terms agreed to in the BPA's. Government personnel authorized to place call orders under the BPA will be identified on the BPA's by name and telephone number. The contractor will be expected to furnish the service in accordance with the terms and conditions of the BPA, without the need for additional paperwork beyond the Statement of Work that accompanies the order. Timely delivery of complete and accurate title commitments is crucial to the success of NRCS programs. Call orders are to be completed within ten (10) business days of the call order date. If the contractor is unable to provide the title work within the 10 business day period, NRCS is to be notified; otherwise, it is expected to receive the title work within 10 business days. PERIOD OF PERFORMANCE: Title Commitment and Closing Services are being sought for a period of five years with a contract period of November 1, 2008 to September 20, 2013. The BPA will remain in effect until cancelled by either party. STANDARDS AND RESPONSIBILITIES: Title Commitment and closing services must comply with the Department of Justice (DOJ) Title Standards 2001. This guide can be accessed at the following website: http://www.usdoj.gov/enrd/Legal_Topics/Legal)Docs_Title_Standards.html. The Offeror must be 1) knowledgeable of current requirements of Louisiana State Law in connection with closing real estate transactions and obtaining title clearances; 2) be an approved agent licensed to do title insurance business in the State of Louisiana; 3) use a title insurance company that is on the United States Attorney General's list of approved companies and also approved by the State Insurance Commissioner in order to assure compliance with all state laws, including title insurance reserve requirements; and 4) provide evidence of liability insurance coverage (standard closing protection letter) for errors and omissions in the amount of at least $1,000,000 and fidelity coverage of at least $500,000 on each individual who will perform substantially on the closing process of an easement; or provide an indemnification agreement, satisfactory to NRCS, from the title insurance company providing for reimbursement to NRCS for any loss caused by fraud or failure by the attorneys, agents, or employees of the contractor to comply with NRCS' written closing instructions. The provisions of FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors must submit a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items with their offer. In addition, the provisions of FAR 52.212-4 Contract Terms and Conditions - Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this solicitation and are attached. EVALUATION PROCEDURES: The following factors shall be used to evaluate offers: 1. Technical Capacity - a narrative of the offer's technical ability to provide personnel with education and experience required to perform the work described in the Statement of Work. Ability to perform in a timely manner and in compliance with performance schedules and quality of work for title work performed. Ability to perform simultaneously on multiple services. 2. Price each item noted in the attached schedule. 3. Past Performance - past experience in performing the work described in the Statement of Work, as well as experience in the area proposed. Past performance ratings demonstrating a commitment to customer satisfaction and timely delivery of quality services at fair and reasonable prices. This may include a list of references and letters of recommendation with company seal or logo may be submitted for evaluation purposes. Technical and past performance when combined, are equal to price. CENTRAL CONTRACTOR REGISTRATION: All contractors must be registered with the Central Contractor Registration (CCR) to be awarded a BPA. You may register easily and quickly online at www.ccr.gov or 1-888-227-2423. The first step to registering is to obtain a Data Universal Numbering System (DUNS) number, which is a unique nine-character identification number provided by the commercial company Dun & Bradstreet (D&B). To request a DUNS number call D&B at the toll free number 1-866-705-5711 or register online at http://www.dnb.com/ccr/register.html. Obtaining a DUNS number through this process is free of charge. It is advised that you begin this process as soon as possible since it can take several days to complete. Failure to register by close of business on the third day after notification of possible award by the Contracting Officer, may cause rejection of your offer. Interested Contractors wishing to enter into a BPA should reply in writing to the Contracting Officer listed below no later than October 24, 2008 at 2:00 p.m. Central Time. Offers should be addressed to the following: United States Department of Agriculture Natural Resources Conservation Service Louisiana State Office ATTN: Vicki Supler, Contracting Officer 3737 Government Street Alexandria, LA 71302. Place the solicitation number in the upper left corner of the envelope. Offerors must submit the following to the address noted above: a. Provide Contractor Name, Address, Phone, Fax, Email and Data Universal Numbering System (DUNS) Number. b. Return the completed "Schedule" specifying pricing for Preliminary Title Commitments and closing services and the parishes in Louisiana in which you are willing to complete this work. c. Provide evidence of liability insurance coverage as outlined above; d. Describe staffing level that will enable you to perform simultaneously on multiple call orders. e. Provide qualification information for key personnel (any any regularly and frequently used sub-contractors) expected to participate in the work under the BPA, this information should include years of experience, types of title services prepared, and experience in the areas proposed. f. Provide a listing of previous experience in compling Government requested closing services, including a point of contact for each Government closing you have previously worked on. In the alternative, provide a list of references and letters of recommendation with company seal or logo.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26ba11535396880ea7fd394e9ce89bcb&tab=core&_cview=1)
 
Document(s)
Statement of Work/Clauses
 
File Name: Statement of Work/Clauses/Instructions to Offerors (Solicitation_-_FINAL_(2).pdf)
Link: https://www.fbo.gov//utils/view?id=c56cae22611a86a13dcc0f33bcfec449
Bytes: 226.78 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302, United States
Zip Code: 71302
 
Record
SN01686877-W 20081003/081001222843-26ba11535396880ea7fd394e9ce89bcb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.