Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2024 SAM #8192
SOURCES SOUGHT

R -- REAL ESTATE TITLE SERVICES INDEFINITE DELIVERY CONTRACT (IDC) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)

Notice Date
4/30/2024 11:21:10 AM
 
Notice Type
Sources Sought
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV24QCR05
 
Response Due
5/31/2024 9:00:00 AM
 
Archive Date
06/15/2024
 
Point of Contact
Cheyenne Redemann, Phone: 9186697073, Mieko G. Alley, Phone: 9186694308, Fax: 9186697436
 
E-Mail Address
Cheyenne.A.Redemann@usace.army.mil, Mieko.G.Alley@usace.army.mil
(Cheyenne.A.Redemann@usace.army.mil, Mieko.G.Alley@usace.army.mil)
 
Description
SOURCES SOUGHT For INDEFINITE DELIVERY CONTRACT (IDC) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR REAL ESTATE TITLE SERVICES This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition planning purposes. �THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. �No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. �Respondents will be notified upon request following the sources sought evaluation results. CONTRACT INFORMATION: �The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) will solicit a 5-year, $4 million dollar Firm-Fixed Price Indefinite Delivery Contract (IDC) Multiple Award Task Order Contract (MATOC) for Real Estate Title Services.� The IDCs awarded will be firm-fixed-price for a wide range of title services, including but not limited to, the following areas: (1) Tax Identification Card and Vesting Deed; (2) Title Report and Abstract; (3) Title Commitment; (4) Title Policy; and (5) Miscellaneous Title Services (e.g. Curative Calls, Mineral Title Report and Abstract, Mineral Title Opinion, Expert Witness, Mapping, Percentage Ownership Report, etc.). �The type of set-aside decision(s) to be issued will depend upon the capabilities of the responses to this sources sought announcement and associated market research. NATURE OF WORK: �The firm shall furnish all services, materials, equipment, supplies and supervision required to research public land records to gather information relating to real estate titles; prepare documents necessary for the transfer of the title, financing, and settlement; conduct final real estate settlements and closings; and filing legal and other documents relating to the sale of real estate in support of the U.S. Army Corps of Engineers Air Force Real Estate Project Management Program, which is responsible for acquiring real property interests on behalf of United States Air Force facilities nationwide, but may also include Interagency Services and Civil Works projects within the Southwestern Division regional boundaries and as assigned in accordance with UAI Subpart 5107.1 and ER 5-1-10.� Firms will also need to demonstrate the capacity to engage in the underwriting (i.e., assuming the risk and assigning premiums) of insurance policies to protect the owners of real estate or real estate creditors against loss sustained by reason of any title defect to real property as well as ability to provide escrow and fiduciary services. PLACE OF PERFORMANCE: �Projects will be located at various military installations and civil works projects nationwide to include AK and HI. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and relevant experience of industry, to include the Small Business Community: Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. �The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, WOSB, SDVOSB, and Large Businesses are highly encouraged to respond to this sources sought. The North American Industrial Classification System (NAICS) Code for this procurement is 541191, Title Abstract and Settlement Offices, which has a small business size standard of $19.5M. �Small Business firms are reminded under FAR 52.219-14(e)(4), Limitations on Subcontracting (DEVIATION 2021-O0008), that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of a similar concern. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008), that a firm will not pay more than 50% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. �Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. Contractors responding to this Sources Sought must provide an Experience/Capabilities Statement (not to exceed 8 pages). EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: 1. �The Experience/Capabilities Statement is limited to 8 pages and shall be submitted in PDF format with the following file name convention: ACME_SS W912BV24QCR05_EXP STATEMENT. 2. �Provide Firm's name, address, point of contact, phone number, e-mail address and business CAGE Code, as well as Unique Entity Identifier (UEI). 3. �Type of Small Business Community member: Small Business (SB), Section 8 (a), Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran Owned (SDV(SB), Woman-Owned Small Business (WOSB), under the North American Industry Classification System (NAICS) code 541191, which contain a size standard of $19.5M. 4.� Provide a capabilities statement demonstrating ability to perform the following tasks: Title Abstracting, Title Insurance, Title Curative, and Escrow and Related Title Closing Services. Provide a minimum of three examples within the past 3 years.� Examples must be same or similar to work described in this announcement. 5.� Describe ability to perform work on a nationwide basis. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Cheyenne Redemann at Cheyenne.A.Redemann@usace.army.mil; phone number (918)-669-7073. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to Cheyenne.A.Redemann@usace.army.mil and Meiko.G.Alley@usace.army.mil. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 31 May 2024 at 1100 CDT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a61d2e4581c74a4c9fe6696c38396982/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07047488-F 20240502/240430230101 (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.