Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2020 SAM #6770
SOLICITATION NOTICE

R -- NICO-Title Services for Tracts 101-03, 05, 09, 10

Notice Date
6/10/2020 9:18:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6020Q0026
 
Response Due
6/26/2020 12:00:00 AM
 
Archive Date
07/11/2020
 
Point of Contact
Keck, Christopher
 
E-Mail Address
christopher_keck@nps.gov
(christopher_keck@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Services, Title Services for Tracts 101-03, 101-05, 101-09 and 101-10, NICO (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6020Q0026, for the performance of Title Services in accordance with the provided Scope of Work (SOW) and all addenda. The Solicitation Number is 140P6020Q0026 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06. The FAC is available at https://www.acquisition.gov/FAR. (iv) This is set aside 100% for small businesses under NAICS Code 541191- Title Abstract and Settlement Offices with a small business size standard of $12.0M. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov in order to be considered for award. Offerors must have an active SAM registration at the time of quote receipt, at time of award, and throughout the life of the contract. (v) Line items:10 - Title Services for Tracts 101-03, 101-05, 101-09 and 101-10 in accordance with the Scope of Work and all Addenda (vi) The acquisition is for a firm-fixed price contract to provide title commitments, title insurance policy, title examinations, closing, escrow, preparation of documents, filing of documents in the appropriate county records, recording, and related services for tracts to be acquired by the United States of America (USA) by the National Park Service (NPS). Product and services offered to the Government under this purchase shall meet or exceed the Scope of Work (SOW). (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: 24 months after receipt of order (ARO) Preliminary Title Commitment Title Company Invoice- as soon as possible after the award package but no more than 60 days Closing/Final Title Policy Title Company Invoice- within 60 days of closing letter from NPS If corrections are needed submit a new invoice- within 45 days of correction letter from NPS Location: Nicodemus National Historic Site; Nicodemus Kansas FOB: Destination (viii) FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition including addenda: a. Any questions pertaining to this solicitation must be sent via email to christopher_keck@nps.gov on or before June 17, 2020 at 16:00 CST. All questions will be answered in an Amendment to this solicitation and posted on or about June 18, 2020. b. At a minimum, offers must include (1) The completed Standard Form 18: Complete blocks 11c,d,e,f and all parts of blocks 13,14,15 and 16. Provide your company's DUNS number and CAGE Code under which your offer is made. See sections highlighted in Provisions and Clauses and complete as required. (2) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (3) Required Documents showing: Factor I - Technical Capability: Sub factor I- Strategy: Performance Plan; this plan is to detail how, when and who will be performing work of this contract. This plan must meet NPS approval it will also be used in rating contractors' performance and payment. Sub factor II- Team: Key Personnel; provide professional credentials, certifications and licensing as well as position title of individual that will perform work of this contract. Sub factor III- Previous Experience: Provide a minimum of two examples of previously completed projects completed within the last three years that are of similar size and scope as this project. Describe the project requirement, work performed, and final outcome. Information should be short and concise, but provide the Government with enough detail to determine if the offeror meets the Government's technical criteria. Factor II - Past Performance: Provide contact information for all examples in Factor I, Sub factor III above. Information shall include name, phone number, address, and email if available. Factor III- Price: Provide your lump sum price with a breakdown of costs (B12-Misc Blank Price Sheet provided with solicitation). Price will be subjectively evaluated for Best Value and Reasonableness by the Government, considering total cost of all items to reach the best value for the Government, price and other factors considered.(ix) FAR 52.212-2, Evaluation-Commercial Items. Evaluation of the proposal will be performed as per FAR Part 13. A firm-fixed price award is anticipated to the offeror for a quote that reflects the best value to the government considering technical capability, past performance, and a price that is considered both Fair and Reasonable to the government. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition including paragraph (a), the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26,52.222-50, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice : N/A. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. Green Procurement; To the extent that the services provided by the Contractor require provision of any of the types of products listed at https://sftool.gov/greenprocurement, the Contractor is expected to provide the green type of product unless that type of product is not available competitively within a reasonable time, at a reasonable price, is not life cycle cost efficient in the case of energy consuming products, or does not meet reasonable performance standards. (xiii) Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: SF-18 Attachment 1- A04 SOW_Title Services (4 pages) Attachment 2- A06 Specifications Map- Nico Segment 101 (1 page) Attachment 3- A06 Specifications Legal 101-03 (1 page) Attachment 4- A06 Specifications Legal 101-05 (1 page) Attachment 5- A06 Specifications Legal 101-09 (1 page) Attachment 6- A06 Specifications Legal 101-10 (1 page) Attachment 7- B12_Misc_Blank Price Sheet (1 page) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before June 26, 2020 at 16:00 CST. Quotes shall be submitted electronically to Christopher_keck@nps.gov (xvi) The sole point of contact for questions regarding this project and solicitation is: Christopher Keck Contract Specialist National Park Service, Interior Regions 3, 4, and 5 601 Riverfront Drive Omaha, NE 68102-4226 402 661-1598 Phone christopher_keck@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/51147a0890fd4451a137a38d15109667/view)
 
Record
SN05685817-F 20200612/200610230154 (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.