MODIFICATION
F -- Title and Closing Services in the State of Florida - Revised AG-4209-S-14-0001
- Notice Date
- 4/8/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541191
— Title Abstract and Settlement Offices
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, National Headquarters/Management Services Division, 5601 Sunnyside Avenue, Mail Stop 5460, Beltsville, Maryland, 20705-5000
- ZIP Code
- 20705-5000
- Solicitation Number
- AG-4209-S-14-0001
- Archive Date
- 5/8/2014
- Point of Contact
- Jeff Adkins, Phone: 8175093436, Jorge Munoz, Phone: 352-338-9531
- E-Mail Address
-
jeffrey.adkins@wdc.usda.gov, Jorge.Munoz@fl.usda.gov
(jeffrey.adkins@wdc.usda.gov, Jorge.Munoz@fl.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Revised AG-4209-S-14-0001 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate written solicitation will not be issued. (ii) This solicitation number AG-4209-S-14-0001 is issued as a Request for Proposals (RFP) pursuant to the test program for certain commercial items described at FAR subpart 13.5, and the acquisition procedures at FAR Part 12 are being utilized. It is anticipated that more than one indefinite quantity indefinite delivery contract will be issued against the solicitation, based on offers received by the due date. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. (iv) This is a 100% TOTAL SMALL BUSINESS SET ASIDE and the applicable NAICS code is 541191 "Title Abstract and Settlement Offices", which has a size standard of $10 million (average annual revenue). Only quotes from small businesses will be considered. A size standard is the largest that a concern can be and still qualify as a small business for federal government contracts. Size standards are the average annual receipts of a firm. More information on these size standards can be found at http://www.sba.gov/size. (v) Contract Line Items are contained in the SF 1449 continuation sheet of the solicitation attached to this notice. (vi) Description of Requirements: Provide title and closing services for NRCS easements. See Exhibit 1 - Statement of Work of the attached solicitation for a complete description of the services required. Services of this type have previously been procured by yearly purchase order. The number of easements and dollar value of the orders over the last three years are as follows: FY13: 7 easements/$527,826. Order # AG-4209-P-13-0006. Provider: American Government Services Corp. FY12: 7 easements/$470,319. FY11: 10 easements/$830,726. (vii) Date(s) and Place(s) of Delivery and Acceptance. The period of performance for the IDIQ contract will be 6/1/2014 - 5/31/2019 (one base year and four option years). Period of performance and location of required services will be specified in each task order placed against the contract. The delivery location is the NRCS State Office, Gainesville, FL. Delivery and acceptance will occur at this location. Invoices will be approved by the Contracting Officer at the NRCS Florida State Office. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation, and addenda are provided in the attached solicitation. System for Award Management (SAM) Registration: All firms providing an offer must be registered in SAM, in an "Active" status, and have the "Representations & Certifications" portion completed to be considered for award. This is required prior to the due date for quotes. Firms not meeting these registration requirements will not be considered. For information regarding SAM registration visit www.sam.gov. Firms should include their DUNS number with their quote to facilitate Government verification of registration. (ix) FAR provision 52.212-2, Evaluation-Commercial Items, applies to this solicitation and addenda regarding submission of offers and evaluation factors are provided in the attached solicitation. (x) Quoters are required to complete the provisions listed in the Representations and Certifications section of SAM. In particular, FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, must be completed. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and addenda are provided in the attached solicitation. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See the clause, which is included in Section I of the attached solicitation, for additional FAR clauses cited in the clause which are applicable to this acquisition. 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. (xiv) DPAS ratings do not apply to this solicitation. (xvi) Direct any questions concerning this notice via email to the Primary Point of Contact listed on the notice. END OF NOTICE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/MSD/AG-4209-S-14-0001/listing.html)
- Place of Performance
- Address: Title services may be required for properties throughout the state of Florida. Closings will be performed at the courthouse of the county in which the easement is located, unless the contractor, NRCS, and the landower mutually agree to a different location., United States
- Record
- SN03332555-W 20140410/140409021632-af40e7b9683c6bfeb889cd36cbc713d2 (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 |