SOLICITATION NOTICE
R -- Closing Agent Services for southern California - Synopsis-Solicitation
- Notice Date
- 6/15/2012
- 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-0005
- Archive Date
- 7/24/2012
- Point of Contact
- Darrell D. Rishel, Phone: 3038392262
- E-Mail Address
-
Darrell.D.Rishel@hud.gov
(Darrell.D.Rishel@hud.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis-Solicitation, Closing Agent Services for Southern California CLOSING AGENT SERVICES FOR SOUTHERN CALIFORNIA. Total Small Business Set-aside. 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 acquisition is DU208WR-12-R-0005. This requirement is issued as a Request for Proposals (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. 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 $10 million. The Department of Housing and Urban Development (HUD) has a requirement for closing agent services for two specific geographic areas located in southern California. HUD intends to award one contract of each geographic area. The objectives of these contracts 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) Document signings related to each closing are held at an acceptable office location within 50 miles of the subject property; 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. Below are the Contract Line 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. SERVICE REQUIREMENTS and YEARLY ESTIMATED QUANTITIES The following estimated quantities are for each of the two geographic areas: Property Closing Services BASE OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4 2375 2600 2400 2100 1700 Recordation Services BASE OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4 25 25 25 25 25 Title Search Services BASE OPTION YEAR 1 OPTION YEAR 2 OPTION YEAR 3 OPTION YEAR 4 25 25 25 25 25 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) HUD intends to award one contract for each of the two specific geographic areas located in the State of California from this solicitation. Contract Area #1: Counties of Santa Barbara, Ventura, Los Angeles and San Bernardino Contract Area #2: Counties of Orange, San Diego, Imperial and Riverside Offerors may submit proposals to provide services for one or both of the contract areas. If an offeror desires to submit proposals for both areas, two separate proposals, including all attachments, one for each area, must be submitted. Proposals for each contract area will be evaluated separately. No advantage or disadvantage accrues to offerors who propose on only one or both contract areas. 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 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. The following evaluation factors will be used to evaluate offers : Factor 1 : Prior Experience. Provide evidence that the offeror has experience providing services related to the sale of residential real property that are the same as, or substantially similar to, the services required by the PWS at Attachment A of this solicitation. The evidence submitted shall include a response to each of the Sub-factors below: Sub-factor 1A : Completion of the chart at Attachment D entitled Prior Experience Information. Sub-factor 1B : The experience documented on Attachment D shall demonstrate that the offeror has a minimum of three years prior experience within the five years immediately preceding the date of this solicitation providing services related to the sale of residential real property that are the same as, or substantially similar to, the services required by the PWS at Attachment A of this solicitation. Factor 2 : Management Work Plan. Provide a written management work plan for all tasks specified in the PWS at Attachment A. The management work plan shall include a response to each of the Sub-factors below: Sub-factor 2A : A detailed description of resources that will be allocated to perform the estimated number of closings. Sub-factor 2B : A detailed work flow chart reflecting the processes and steps the assigned closings would follow which clearly reflect the Contractor's strategy for: 1. Timely completion of case assignments assuming that the maximum monthly quantity (see paragraph 6.3(b) of the Solicitation) of closings is assigned. 2. How work deadlines will be met, including how adjustments in staffing and workload will be made when there are fluctuating levels of closing assignments. FAR 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 B) with their offer FAR52.212-4 (Contract Terms and Conditions - Commercial Items) FAR52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items) All attachments associated with this requirement, as listed below, are attached to the solicitation: Attachment A - Performance Work Statement Attachment B - Instructions to Offerors and Additional Instructions to Offerors Attachment C - Offeror Representations and Certifications Commercial Items Attachment D - Prior Experience Information Attachment E - Contractor Employee's Non Disclosure Agreement Attachment F - Sample Trust Account Letter Attachment G - Wage Determinations Attachment H - Additional Instructions to Offerors - Pricing and Contract Pricing Proposal Format Offers are due by July 9, 2012, at 2:00 pm MDT. Offers shall be submitted by email to Darrell.D.Rishel@hud.gov. Please limit the email size to no more than ten MB. Written questions will be accepted until June 26, 2012, at 6 am MDT. Written questions must be emailed to Darrell.D.Rishel@hud.gov. Point of Contact is Darrell Rishel, Contract Specialist, Phone 303-839-2622, Fax 303-672-5062.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NFW/NFW/DU208WR-12-R-0005/listing.html)
- Place of Performance
- Address: The Contractor must have an office located in the geographic area in which it is providing services., United States
- Record
- SN02777073-W 20120617/120615234704-0de64f2e0a6fc6bb8cfac727cd0504b1 (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 |