SOURCES SOUGHT
R -- Title and Escrow Services - Sources Sought
- Notice Date
- 10/11/2012
- Notice Type
- Sources Sought
- NAICS
- 541191
— Title Abstract and Settlement Offices
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
- ZIP Code
- 94103-1398
- Solicitation Number
- W912P7-13-Q-0001
- Point of Contact
- Rick Vredenburg, Phone: 4155036986
- E-Mail Address
-
rick.p.vredenburg@usace.army.mil
(rick.p.vredenburg@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for Title and Escrow Services This is a SOURCES SOUGHT NOTICE for market research purposes ONLY. This will assist us in determining the availability of small business firms for a potential small business category type set-aside. No award will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR OTHER INFORMATION IS AVAILABLE AT THIS TIME; therefore, do not request a copy of said documents. Potential offeror's having the skills and capabilities necessary to perform the described project are invited to provide feedback via email at Rick.P.Vredenburg@usace.army.mil, Ryan.Taylor@usace.army.mil and Daniel.C.Fodrini@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Specifically, the purpose of this notice is to gain knowledge of potential small business (SB) sources in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), to provide title and escrow services for the Sacramento District Corps of Engineering's. The capabilities will be evaluated solely for the purpose of determining Set-Aside status for the small business community or to conduct this potential solicitation as an unrestricted procurement. Large businesses may respond to this notice in the event the market research does not indicate SB capabilities; however preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in November 2012. The estimated cost range according to the Federal Acquisition Regulations (FAR ) part 36.204 is under $150,000.00. The NAICS Code is 541191, the size standard is $7.0 million, and the Federal Supply Code is R499: Professional, Administrative and Management Support Services. The estimated duration of the project is 1 year. PROJECT DESCRIPTION Title and Escrow services General. Provide title evidence, issue title policies and perform escrow services for each ownership acquisition. Requirement. The Contractor shall provide preliminary title reports and/or Commitments for issuance of final policies of title insurance, as may be requested; together with, escrow, and recording services for the acquisition of fee and/or easement estates for various locations in the State of Arizona. Volume of Work. It is estimated that approximately 95 to 100 ownerships will be affected in Cochise, Santa Cruz, Pima, and Yuma counties of Arizona and approximately 5 to 10 ownerships will be affected in the County of Imperial, California. Deliverables. Contractor shall provide the following deliverables: Preliminary title reports/Commitments, County Assessor's Maps, and all exceptions/reservations to title shown in preliminary title reports. Policies of title insurance. Contractor must insure the Government under ALTA U.S Policy 9/28/91. Delivery Schedule. Preliminary title reports/Commitments, vesting deeds and the exceptions on title shall be delivered within fifteen (15) working days of the requested action. Escrow and recording services shall be completed within ten (10) working days after receipt of executed conveyance documents and escrow instructions. This requirement may vary depending on the processing time of the subject County Recorder. Policies of title insurance shall be issued within twenty (20) working days after the recording of closing documents. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of prospective Escrow and Title execution capabilities. Please provide your response to the following: 1) Offeror's names, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to execute a contract: •· Does your firm have advance recording and miscellaneous fees? Please use a narrative to explain your understanding of this question... •· Does your firm have the capability of insuring the United States government under ALTA U.S Policy 9/28/91? Please use a narrative to explain your understanding of this question... •· Can your firm close escrows for properties in Southern Arizona counties? Please use a narrative to explain your understanding of this question... 4) Offeror's type of small business and Business Size (8a, woman-owned, HUBzone, SDVOSB, etc.). Your response is limited to 5 single-sided pages total - using 10pt font. Please label your email response as follows: Subject: Response to W912P7-12-Q-0TBD: Sources Sought market research for Title and Escrow services, Sacramento, CA. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time on October 26, 2012. Submit response and information to: Rick.P.Vredenburg@usace.army.mil, Ryan.Taylor@usace.army.mil and Daniel.C.Fodrini@usace.army.mil, CESPN-CT, US Army Corps of Engineers, San Francisco District, 1455 Market St. Suite 1739F, San Francisco, CA 94103-1398.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-13-Q-0001/listing.html)
- Record
- SN02912130-W 20121013/121011233956-8c4799a81b747dedc441a482c86af191 (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 |