Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOURCES SOUGHT

R -- Real Estate Title Services

Notice Date
11/7/2019
 
Notice Type
Sources Sought
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR20Q0006
 
Archive Date
12/7/2019
 
Point of Contact
Vincent Gier, Phone: 4109622584
 
E-Mail Address
vincent.j.gier@usace.army.mil
(vincent.j.gier@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This is for Market Research only. Respondents will not be notified of the results of this notice. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from all qualified businesses concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Responses are to be sent via email to Vincent.j.gier@usace.army.mil no later than 2:00 p.m. eastern standard time November 22, 2019. THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Project Description: The U.S. Army Corps of Engineers, Baltimore District has the need to perform various Real Estate Title Services for the Federal Government. To identify parties having an interest in providing Real Estate Title Services for various projects throughout the Mid-Atlantic region to include Maryland, Virginia, West Virginia, Pennsylvania, New Jersey, New York and the District of Columbia. Title services should be conducted in accordance with the Regulations of the Attorney General Governing the Review and Approval of Title for Federal Land Acquisition 2016 and the attached Description of Services which defines the processes. These services include fee acquisitions, partial acquisitions, long term lease acquisitions, disposals, etc. The intention is to procure these services on a competitive basis. Required Capabilities: Capability statements should include information and details of similar projects, to include demonstrated specialized experience. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization. 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Eligibility: The applicable NAICS code for this requirement is 541191 Title Abstract and Settlement offices with a Small Business Size Standard of $11.M. The Product Service Code is R499. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Interested parties are requested to submit a capabilities statement of Narratives shall be no longer than ten pages. A minimum 11 point font size applies. Arial or Times New Roman fonts are required. Email responses are preferred. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, must be active in System for Award Management (SAM), etc. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be submitted via email to vincent.j.gier@usace.army.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Responses must include the Offerors' name, POC phone number, SAM information obtained from https://www.sam.gov and email address. Contracting Office Address: USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, MD 21201 Place of Performance: Multiple states as described above. Point of Contact(s): Vincent Gier vincent.j.gier@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR20Q0006/listing.html)
 
Record
SN05491815-W 20191109/191107230734-f092cec7b85d5a6083b007ee47fbea5e (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  © 1994-2020, Loren Data Corp.