Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2020 SAM #6642
SOLICITATION NOTICE

R -- Rio Puerto Nuevo Title and Closing Services

Notice Date
2/3/2020 8:56:15 AM
 
Notice Type
Presolicitation
 
NAICS
524127 — Direct Title Insurance Carriers
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
W912EP20Q0002
 
Response Due
2/4/2020 12:00:00 PM
 
Archive Date
02/19/2020
 
Point of Contact
DeWayne A. Sparks, Phone: 9042321626, James T. Tracy, Phone: 9042322107
 
E-Mail Address
dewayne.a.sparks@usace.army.mil, james.t.tracy@usace.army.mil
(dewayne.a.sparks@usace.army.mil, james.t.tracy@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE) Jacksonville District intends to establish priced Blanket Purchase Agreements (BPAs) for Real Property Title Evidence, Insurance, and Closing Services in accordance with FAR Parts 12 and 13. This is a 100% Small Business Set-Aside and the NAICS are 524127 - Direct Title Insurance Carriers, 531390 - Other Activities Related to Real Estate, and 541191 - Title Abstract and Settlement Offices.� The NAICS cover research, transfer, insurance, management and closing of Title services. The predominant NAICS is 524127, and the small business size standard is $41.5 Million. A small business firm as defined by this standard may compete for a Real Property Title Evidence, Insurance and Closing Service BPA. The areas of performance will be within the Commonwealth of Puerto Rico (San Juan, Puerto Rico). This announcement constitutes the only solicitation. The synopsis reference number is W912EP20Q0002. Incorporated provisions and clauses are those in effect through the FAC 2020-04.� The following factors shall be used to evaluate offers to establish the BPA: Technical and Past Performance. A minimum of three (3) BPAs will be established with responsible firms who have been deemed technically capable and who have demonstrated satisfactory past performance for Real Property Title Evidence, Insurance, and Closing Services as detailed in the attached Performance Work Statement (PWS). The Government�intends to establish no less then three (3) and no more than six (6) BPAs, but reserves the right to add more if deemed necessary.� All responsible sources may submit an offer to be considered by the agency. Responses shall appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications. Responses shall be in two (2) sections. Section I is Technical. The Section shall include a brief description of services offered, your firm�s capabilities to provide the subject services and your firms pricing schedule. Please keep general assertions of capability to a minimum. Specific capabilities tailored to the requirements should instead be emphasized. Section I will be evaluated for technical acceptability based on the above mentioned requirements. Section II is Past Performance. The Government intends to review any past performance information submitted and from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from previous projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. Past Performance will be evaluated as either acceptable or unacceptable. A Section that is materially incomplete or lacking merit shall be deemed unacceptable. All responses should include a point of contact, telephone number, and electronic email address. All responsible sources (i.e. small businesses per NAICS, in SAM, not debarred) may respond to this synopsis and all responses will be considered by the agency. Responses to this notice may result in a BPA. Responses should be furnished electronically to the contacts listed below not later than 3:00 P.M. Eastern Standard Time (EST), Tuesday,�4 February 2020. Contract Specialist: Dewayne A. Sparks Email: dewayne.a.sparks@usace.army.mil Phone:� (904) 232-1626 Contracting Officer: James T. Tracy Email: james.t.tracy@usace.army.mil Phone: (904) 232-2107
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e6dba40a2edb43fa8b229ccbdb744d57/view)
 
Place of Performance
Address: San Juan 00920, PRI
Zip Code: 00920
Country: PRI
 
Record
SN05550154-F 20200205/200203230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.