Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2012 FBO #3785
SOLICITATION NOTICE

R -- Closing Agent Services - State of Nebraska - Package #1

Notice Date
4/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
Department of Housing and Urban Development, OCPO, Western (Denver) Field Contracting Operations, Denver Operations Branch, NFW, 1670 Broadway, 23rd Floor, Denver, Colorado, 80202-4801
 
ZIP Code
80202-4801
 
Solicitation Number
DU208WR-12-R-0001
 
Point of Contact
Toni D. Hoskinson, Phone: 3036725293
 
E-Mail Address
toni.d.hoskinson@hud.gov
(toni.d.hoskinson@hud.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation to include Performance Work Statement and all attachments. This is a combined synopsis/solicitation for commercial services 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. The solicitation number for this effort is DU208WR-12-R-0001. This requirement is issued as a Request for Proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This solicitation is set aside for small businesses. The North American Classification System (NAICS) Code is 541191, Title Abstract and Settlement Offices, and the Size Standard is $7 million. Below are the CLINs, Items, and Estimated Quantities for the base year and each option period. The period of performance will be for a base period of one year and four one-year options. HUD intends to award one contract for the State of Utah from this solicitation. SERVICE REQUIREMENT YEARLY ESTIMATED QUANTITIES BASE OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4 Property Closing Services 527 648 755 886 975 Recordation Services 25 25 25 25 25 Title Search Services 25 25 25 25 25 The Department of Housing and Urban Development (HUD) has a requirement for closing agent services for the State of Nebraska. The objectives sought from this contract are to ensure that: 1) HUD's interests are proactively represented at the sales closing; 2) Each transaction is closed as soon as possible after signing of the sales contract; 3) Each closing is held within 50 miles of the subject property at an acceptable office location; 4) HUD funds received are accurately and timely provided to the U.S. Treasury; 5) The closings are accomplished with error-free closing documents, and 6) The deed is properly and promptly recorded in the buyer's name. The Contractor shall furnish all necessary services, equipment, materials, supplies, facilities, personnel, and supervision to accomplish the requirements as specified in the performance work statement unless otherwise directed. In accordance with FAR 15.101-2, a Lowest Price Technically Acceptable source selection process will be conducted. Award will be based on the lowest evaluated price of offerors meeting or exceeding the technical acceptability standards for the non-price factors. If any of the offeror's non-price technical factors are determined to be unacceptable, the proposal shall not be further evaluated. Offerors are advised that the following Federal Acquisition Regulation Clauses are applicable to this procurement: 52.212-1 (Instruction to Offerors - Commercial Items) 52.212-2 (Evaluation -Commercial Items) The following evaluation factors will be used to evaluate offers: Factor 1: State Licensing Requirement. Provide a narrative that supports the type of license provided for this factor and demonstrates that the offeror understands and complies with the requirements of the State of Nebraska to perform HUD closings. The Offeror shall provide copies of all of its licenses required by the State to perform escrow closing services in the state of Nebraska; including, but not limited to, any current business license, closing license, or escrow officer license either in support of the narrative with the proposal or NLT the post award conference. (see paragraph 8.6) NOTE: IF THE OFFEROR DOES NOT PROVIDE THE REQUIRED LICENSE AT THE POST AWARD CONFERENCE THE CONTRACT MAY BE TERMINATED FOR DEFAULT IAW THE TERMINATION CLAUSE IN THE CONTRACT. Factor 2: Key Personnel Qualifications. The Offeror shall provide a list of its key personnel, briefly describe each person's experience, identify the labor category each will hold and the number of hours each will devote to the contract each week. See the definitions of Key Personnel in paragraphs 3 and 8.5 of Attachment A. At a minimum, the Offeror shall identify two individuals, one of whom shall be the contract manager and the other shall be the alternate contract manager. At a minimum the Key Personnel / Contract Managers shall have resumes that reflect significant experience related to the requirements. Factor 3: Prior Experience - The offeror shall provide evidence that the offeror's (i.e., firm's or organization's) prior experience meets the following minimum standards: The information shall show the Offeror has, at a minimum, for the three year period ending December 31, 2011, provided closing services similar to those required by this Solicitation for at least the following volume of transactions : Monthly average of 25 during the calendar year 2011; Monthly average of 15 during the calendar year 2010 and; Monthly average of 15 during the calendar year 2009. Factor 4: Past Performance. The Offeror shall provide evidence that the offeror 's (i.e., firm's or organization's ) prior experience and past performance meets the following minimum standards: this information shall sufficiently demonstrate the offeror has successfully provided services the same as, or substantially similar to, those required under the solicitation, both in terms of type of service and scope of the 52.212-3 (Offeror Representations and Certifications - Commercial items) - All offerors must include a completed copy of the provision listed at 52.212-3 (Attachment C) with their offer. 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items) All attachments associated with this requirement, as listed below, are provided: Attachment A - Performance Work Statement Attachment B - Instructions to Offerors, Additional Instructions to Offerors and Contract Pricing Proposal Format Attachment C - Offeror Representations and Certifications Past Performance Information Attachment D -Prior Experience / Past Performance Information Attachment E - Non Disclosure Agreement Attachment F - Sample Trust Account Letter Attachment G - Service Wage Determination WD 05-02323 Rev. 12 06/17/2011 Offers are due by April 24, 2012 at 2:00 pm MDT. Offers shall be submitted by email to Toni.D.Hoskinson@hud.gov. Please limit the email size to no more than ten MB. Written questions will be accepted until April 17, 2012 at 5 pm MDT. Written questions should be emailed to Toni.D.Hoskinson@hud.gov. Point of Contact is Toni Hoskinson, Contract Specialist, Phone 303-672-5293, Fax 303-672-5062.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NFW/NFW/DU208WR-12-R-0001/listing.html)
 
Place of Performance
Address: Nebraska, Nebraska, United States
 
Record
SN02712375-W 20120405/120403235208-199cadff3a6ca386102cdc6a8777c256 (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.