SOLICITATION NOTICE
R -- SLBE Title Services BPA for 21 Tracts
- Notice Date
- 3/23/2020 10:47:29 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
- 140P6020Q0016
- Response Due
- 4/10/2020 12:00:00 AM
- Archive Date
- 04/25/2020
- Point of Contact
- Qualley, Dorothy
- E-Mail Address
-
dorothy_qualley@nps.gov
(dorothy_qualley@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Project consists of title services to include: title commitments, title updates, 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) in accordance with the Scope of Work and all addenda. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a request for quotation (RFQ) under solicitation number: 140P6020Q0016 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04, dated 15 Jan 2020. The FAC is available at: https://www.acquisition.gov/ (iv) This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation, which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code for this procurement is 541191, Title Abstract and Settlement Offices. The Small Business Size Standard is $12.0 million. (v) This combined synopsis/solicitation is for the following commercial items: Blanket Purchase Agreement for Title services for twenty-one (21) tracts (19 properties) located in the Michigan counties of Benzie and Leelanau, Michigan in accordance with the Scope of Work and all addenda. Line Item 010, Title Services for 21 Tracts (19 properties) in accordance with the scope of work and all addenda. (vi) This contract is title services to include: title commitments, title updates, 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). (vii) All work specified must be completed no later than five years from date of award. (viii) All offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addendum to FAR 52.212-1 (c), Period for Acceptance of Offers. The paragraph is tailored as follows: The offeror agrees to hold the prices in its offer firm for 60 calendar days form the date specified for receipt of offers. The offeror shall make a clear statement in the proposal documentation that the proposal is valid until this date. Addendum to 52.212-1 Instructions to Offerors Commercial Items (OCT 2018) This is a Request for Quotations (RFQ) for a Blanket Purchase Agreement (BPA) for a total period of five (5) years from date of award. The National Park Service intends to issue one (1) Firm-fixed Price Award in response to this solicitation. Offerors are encouraged to submit best prices, considering all items, labor, and any price reductions. Requirements: The Contractor shall provide title services in accordance with the Scope of Work (SOW) and all addenda. In order to be awarded a contract, an offeror must have a DUNS number, be registered and active in the System for Award Management Contractor Registration system at: http://www.SAM.gov, and have completed their Online Representations and Certifications. Please be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to the Department of Interior (DOI and National Park Service (NPS). Offeror Submission Instructions and Limitations To assure timely and equitable evaluation of quotes, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. The offeror shall submit in their quote, all requested information specified in this section of the Request for Quote (RFQ) at or before the exact time specified. Failure to meet a requirement may result in an offer being ineligible for award. All offerors are required to submit the following documents with their quote: 1. Standard Form 18 2. Item pricing sheet that includes an itemized breakdown of all costs. 3. Response to non-price evaluation factors (Technical Capability, Past Performance) Period of Performance: The estimated period of performance for this Blanket Purchase Agreement is 1 base year and 4 option years from date of award. Instructions for responding with your quotation: 1. Any Questions pertaining to this solicitation must be sent via email to dorothy_qualley@nps.gov and are due on or before April 3, 2020. All questions will be answered in an Amendment to this solicitation and posted on fbo.gov. 2. Quotations shall be submitted electronically to dorothy_qualley@nps.gov 3. All quotations must be submitted by the due date in order to be considered. 4. Offeror shall submit the following: a. The completed Standard Form 18: i. Complete blocks 11c, d, e, f and all parts of blocks 13, 14, 15 and 16. ii. Provide your companies DUNS number and CAGE code under which your offer is made. iii. See sections highlighted in Provisions and Clauses and complete as required. A completed copy of the representations and certifications can be found at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. (1) Required Documents showing: Factor I, Technical Capability: Submit a capabilities statement or complete comparable information to identify the offerors ability to perform services required in the Scope of Work. The capabilities statement must include, years of experience in this field, qualifications of personnel, technical resources and any information that demonstrated competencies and how that related to the work to be performed. Factor II, Past Performance: Provide a minimum of three examples of completed work, but no more than five, of previous projects completed within the last three years, which are of similar size and scope as this project. Describe the project requirement, work performed, and 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. Include addresses, phone number, project number if available, dates, costs, job description, and contact name. You may include any letters of recommendations received from past projects. Factor III Price: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the Independent Government Estimate (IGE). Provide a lump sum price with a breakdown of costs for each line item. Price will be subjectively evaluated considering total cost of all items to reach the best value for the Government with all factors considered. The vendor shall provide the items in accordance with the following attachments: 1. Combined Synopsis/Solicitation 2. Scope of Work 3. Clauses and Provisions (End of Addendum) (ix) FAR 52.212-2, Evaluation - Commercial Items. This acquisition will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. The Government anticipates awarding a contract resulting from this solicitation to the responsible offeror submitting the quotation that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price (x) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. (xi) FAR 52.212-4, Contract Terms and Conditions Required To Implement Statutes or Executive Orders, Commercial Items applies. 52.212-4 (c) is hereby tailored as follows: (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, , paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.232-34, 52.237-1, and 52.237-2 apply to this acquisition. (xiii) The Contractor shall comply with the attached Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. The full text of the referenced FAR clauses may be accessed electronically at: https://www.acquisition.gov/ All vendors who can meet this requirement, have a valid Dun & Bradstreet Number (DUNS) and have an active registration in the System for Award Management (SAM) are invited to submit a quotation for this posted RFQ. The website for SAM is: https://beta.sam.gov/ (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. N/A (xv) Unless amendments are issued extending the RFQ, all Quotations are due no later than 2:00 p.m., (CST), April 15, 2020 via email to dorothy_qualley@nps.gov. (xvi) The point of contact for administrative matters is Dorothy Qualley, Purchasing Agent. Any questions regarding this solicitation must be submitted in writing via email to: dorothy_qualley@nps.gov or phone (402) 661-1664.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b5e586a98b784776a972065419cb5c85/view)
- Record
- SN05597175-F 20200325/200323230145 (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 |