Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2020 SAM #6722
SOURCES SOUGHT

R -- Title Services for Pike, Floyd, Martin, and Johnson Counties, Kentucky

Notice Date
4/23/2020 1:49:58 PM
 
Notice Type
Sources Sought
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W91237-20-R-SS15
 
Response Due
5/22/2020 2:00:00 PM
 
Archive Date
06/06/2020
 
Point of Contact
Andrea C. Skean, Phone: 3043995228, Katrina L. Chapman, Phone: 3043995623
 
E-Mail Address
andrea.c.skean@usace.army.mil, katrina.l.chapman@usace.army.mil
(andrea.c.skean@usace.army.mil, katrina.l.chapman@usace.army.mil)
 
Description
This is a Market Research and Sources Sought Notice for information on capability and availability of potential large and small business contractors to perform preliminary, intermediate, insured title policies services as necessary to ensure no title deficiencies.� This is a SOURCES SOUGHT synopsis and is not a solicitation announcement.� The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified businesses to establish an Indefinite Delivery-Indefinite Quantity (IDIQ), firm-fixed price contract.� This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach.� NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do NOT request a copy of a solicitation. �It should not be construed as a commitment by the Government for any purpose.� Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions.� The U.S. Army Corps of Engineers, Huntington District anticipates a future need for preliminary, intermediate, and final�insured title policies services for Pike, Floyd, Martin, and Johnson Counties, Kentucky.� The primary objective of the proposed contract is to furnish and deliver Owner�s Guarantee (Insurance) Policies or Certificates of Title and Continuations thereof in the form of preliminary, intermediate or final policies certificates of title, interim binders, or endorsements for Pike, Floyd, Martin and Johnson Counties, Kentucky. The Contractor shall in all instances adhere to the Regulations of the Attorney General Governing the Review and Approval of Title for Federal Land Acquisitions (2016), or any successor thereto as may be in existence at the time of delivery. Standards can currently be found at https://www.justice.gov/enrd/page/file/922431/download. �� The Contractor shall review any and all additional curative actions submitted by the Government, discuss any proposed curative actions with CORPS legal staff, and will delete,� remove, and/or amend exceptions in compliance with the law. The contractor will have open�communications with the CORPS legal staff, including communications by phone, facsimile�and electronic mail, with a view toward curing title deficiencies. Any time or costs associated�with such discussions will not be billed separately, but instead is factored in the contract price for the title evidence items specified herein. The contract(s) require the contractor to be a licensed attorney. The written proposal of charges must be accompanied by the written commitment of a corporation so qualified, to issue title policies and continuations ordered hereunder, and a statement by said corporation that the contractor\attorney is its agent and can issue policies in its name. The proposed IDIQ(s) would have a performance period of five years (one (1) year base period with four (4) one year option periods) with an approximate not-to-exceed amount of $950,000.00. Typical tasks performed under this contract could include but are not limited to: Preliminary Titles Intermediate Titles Final Titles Title Insurance Sources for Small Business concerns are being sought for firms with a North American Industrial Classification System Code (NAICS) of 541191, which has a size standard of $12.0 million in average annual receipts.�� Responses are requested with the following information, which shall not exceed a total of 15 pages front and back. Offeror's name, DUNS number, home office and/or local office assigned to perform work address, points of contact with phone numbers and e-mail addresses.� Business size/classification to include any designations as Small Business, 8(a), Woman-Owned, HUBZone, or Service Disabled Veteran Owned Business. Description of capability to perform the proposed services (see typical tasks above) within each region and subcontracting intentions if any. How many titles would your company be able to handle on a monthly or quarterly basis? Describe the professional qualifications of your firm. Provide the licensure information and state attorney is registered in. Past performance/experience on projects of similar scope and magnitude for which the firm acted in the role of prime contractor, describing no more than five (5) projects that are at least within the past five (5) years of the issue date of this Notice. The past performance information is optional and should include project title, location, general description of the service to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED.� ALL RESPONSES WILL BE ELECTRONIC and submitted to the following email address: Andrea.c.skean@usace.army.mil The subject line of the email will reference the Market Research number W91237-20-R-SS15 and submittals are due no later than� May 22, 2020. Electronic submittals will be retained for future reference, however, they are to be considered source sensitive and not subject to public disclosure.� A response to this sources sought 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 is not a Request for Quote, only a Request for Information, and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited.� The responses will be reviewed to determine what categories of small business are interested in the procurement and, of those who submit a response, which are capable of performing the above types of work.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ceabda18a2a64fca8fe113853a775709/view)
 
Place of Performance
Address: Huntington, WV 25701, USA
Zip Code: 25701
Country: USA
 
Record
SN05634629-F 20200425/200423230159 (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 |
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.