Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOLICITATION NOTICE

R -- Title and Closing Services for Conservation Easement Programs - RFQ Attachments

Notice Date
6/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Minnesota State Office, 375 Jackson Street, Suite 600, St. Paul, Minnesota, 55101-1854
 
ZIP Code
55101-1854
 
Solicitation Number
AG-6322-S-10-0006
 
Archive Date
7/22/2010
 
Point of Contact
Todd R Davis, Phone: 651-602-7932
 
E-Mail Address
todd.davis@mn.usda.gov
(todd.davis@mn.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Contract Act Wage Determination Statement of Work (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm fixed price purchase order is planned as a result of this solicitation. Title and closing services are needed for 18 conservation easement projects (13 in Kandiyohi, 2 in Meeker, and 3 in McLeod Counties). (ii) Solicitation Number AG-6322-S-10-0006 – This solicitation is issued as a Request for Quotes (RFQ), and the simplified acquisition procedures at FAR Part 13 are being utilized. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. (iv) This is a 100% small business set aside. NAICS code 541191 -- Title Abstract and Settlement Offices, which has a size standard of $7 million (annual revenue). (v) Contract Line Item Numbers. Pricing must be held for 30 calendar days after the due date for quotes listed in this notice to provide for adequate time to evaluate quotes and make award. All costs for services provided must be allocated to one of the contract line items below. Any costs for clearing exceptions to the title will be proposed to the Contracting Officer and agreed upon between the parties through modification to an individual task order prior to rendering the services. Separate reimbursement for any other costs will not be made. The following price schedule will be used to evaluate each offeror’s price and to establish the baseline amount of the award. The resultant purchase order award will establish a baseline quantity of 18 each (reflecting the 18 projects previously mentioned) for line items 001, 002, 004, 005, 006, and 007. The award value will be modified at a later date to reflect any increases in the number of abstracts being updated and examined per project beyond a quantity of 1, for any changes made to the value of the easement that affect the title insurance premium, and for any title clearing actions separately negotiated and agreed to at a later date. Item DescriptionQtyUnitUnit Price 001Abstract Update – Title/Records Search (per abstract)1EA$ ____________ 002Title Exam (base fee, including first abstract)1EA$ ____________ 003Title Exam (additional fee for each additional abstract examined)1EA$ ____________ 004Title Insurance Commitment (per easement)1EA$ ____________ 005Title Insurance Premium (per easement, rounded up)1$1,000 value$ ____________ 006Closing Services (per easement)1EA$ ____________ 007Recording Fee (per document)1EA$ ____________ (vi) Description of Requirements. Title and closing services for various natural resource conservation easement projects. See the Statement of Work for detail on the services required which apply to all contract line items. (vii) Date(s) and Place(s) of Delivery and Acceptance. The period of performance will vary for each project under this purchase order. See the Statement of Work for specific timeframes for project deliverables. Delivery and acceptance will be made by the contracting officer at the NRCS MN State Office. (viii) The provision at 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. The following addenda also apply. Offerors must read and follow the following additional instructions: In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration contact the CCR Web Site at www.ccr.gov. It is also required that all contractors be registered in the Online Representations and Certifications Application (ORCA) to be considered for an award of a Federal Contract. For information regarding registration in ORCA, contact the ORCA web site at https://orca.bpn.gov. Successful offers will also be required to provide a completed NRCS Conservation Cooperator Certification and a completed Standard Form 1199a to facilitate electronic transfer of funds for all payments prior to award of a contract. (ix) FAR provision 52.212-2, Evaluation-Commercial Items does not apply to this solicitation. The following evaluation procedures will be used. The lowest priced, technically acceptable offer will be selected for award. Under this procedure quotes are first evaluated for technical acceptability and receive a pass or fail rating. They are not ranked. In order to be considered for price evaluation and possible award, proposals must address all technical acceptability requirements listed below. Next, offers that pass all technical requirements will be ranked by price by summing the value of all seven (7) line items. To ensure that the effect of the insurance rate(s) in line item 005 is adequately evaluated, a sample easement value of $100,000 will be used to determine the total amount for this line for evaluation purposes only. Requirements for Technical Acceptability. First, offers will be evaluated on a pass/fail basis to ensure that they meet the following technical acceptability factors. Prior Experience with Abstracting, Title Search, Title Examination, Easement Closings, Title Commitments and Title Insurance Policy Issuance: Offers must demonstrate that their firm has significant prior experience with easement closings in the geographic area(s) specified. This includes both the quantity and frequency of conducting the tasks described in the Statement of Work. This will be evidenced by providing details in their quote such as the type of entity the closing was conducted for (federal, state, local government, private business, or a private landowner, etc), the location of the property by county, the nature of the transaction, the types of activities performed (i.e. abstracting, title search, title opinion/commitment, providing title insurance, and closing), and the date. Personnel Qualifications: All personnel must have a minimum of five (5) years experience having performed the aforementioned types of services. Offers must identify all personnel who will work on any NRCS projects under any resultant contract. For each person the following type of information must be provided (title, years of experience, percentage of time spent on pertinent duties, education and any applicable certifications/licenses as required by the state). (x) Offerors are not required to complete a copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. However, to be considered all offerors must be registered in the Online Representations and Certifications Application (ORCA) and have completed the online representations and certifications. For information regarding registration in ORCA, contact the ORCA web site at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition and there are no addenda. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition. (b) (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (19) 52.222-3, Convict Labor (JUN 2003) (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (AUG 2009) (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (22) 52.222-26, Equal Opportunity (MAR 2007) (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (39) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (c) (1) 52.222-41, Service Contract Act of 1965 (NOV 2007) See wage determinations attached to this notice. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) This Statement is for Information Only. It is not a Wage Determination Employee Class (Series and Grade)Monetary Wage—Fringe Benefits GS-1170-09 (Realty Series)$19.92 / hr (xiii) Statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: The following additional Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses and provisions apply to this solicitation and any resultant contract award. FAR clauses and provisions can be found at https://www.acquisition.gov/far/current/html/FARTOCP52.html#wp372482. AGAR clauses and provisions can be found at http://www.da.usda.gov/procurement/policy/agar.html. Fill-in’s, as required, are provided with the clauses and provisions below. 52.204-7 Central Contractor Registration (APR 2008) 452.211-72 Statement of Work/Specifications. (FEB 1988) 452.211-73 Attachments to Statements of Work/Specifications. (FEB 1988) 452.224-70 Confidentiality of Information. (FEB 1988) 452.228-71 Insurance Coverage. (NOV 1996) 452.236-76 Samples and Certificates. (FEB 1988) 452.237-74 Key Personnel. (FEB 1988) The Contractor shall assign to this contract the following key personnel: Project Manager 452.246-70 Inspection and Acceptance. (FEB 1988) -- Alternate I (FEB 1988) (a) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection will be performed at: MN NRCS state office. (c) Acceptance will be performed at: MN NRCS state office. 452.247-71 Marking Deliverables. (FEB 1988) (a) The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract. (b) Mark deliverables, except reports, for: All deliverables, including reports and any correspondence shall include the contract/order number from page 1 of the contract and the easement number with name. 452.204-70 Inquiries. (FEB 1988) 452.219-70 Size Standard and NAICS Code Information. (SEP 2001) Contract line item(s): All contract line item(s). NAICS code 541191 -- Title Abstract and Settlement Offices Size Standard $7 million in revenue annually. All offeror’s are reminded to provide the following documents, in addition to any others required by this notice, with their quote. 1) A price schedule. 2) Responses to the technical acceptability requirements in this solicitation. 3) Evidence of current CCR registration by printing page 1 of the registration on the website. 4) Evidence of current ORCA registration by printing page 1 of the registration on the website. (xiv) DPAS ratings do not apply to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/MNSO/AG-6322-S-10-0006/listing.html)
 
Place of Performance
Address: Kandiyohi, Meeker, and McLeod Counties, Various Locations, Minnesota, United States
 
Record
SN02184774-W 20100624/100622235607-de704648613743a147e81b4bf07650f4 (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.