Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2020 SAM #6812
MODIFICATION

R -- Delivery of Title Evidence, Blanket Purchase Agreement

Notice Date
7/22/2020 1:48:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
 
ZIP Code
70118-3651
 
Solicitation Number
W912P820Q0044
 
Response Due
7/31/2020 10:00:00 AM
 
Archive Date
08/15/2020
 
Point of Contact
Cori A. Caimi, Phone: (504) 862-1352, Veronica F. Garner-Flint, Phone: (504) 862-1515
 
E-Mail Address
Cori.A.Caimi@usace.army.mil, Veronica.Garner-Flint@usace.army.mil
(Cori.A.Caimi@usace.army.mil, Veronica.Garner-Flint@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items 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 (Request for Quote); capability statements and quotes (prices list) are being requested in accordance with the Performance Work Statement and a written solicitation will not be issued. NAICS Code: 541191. The U.S. Army Corps of Engineers, New Orleans District, has a requirement to provide professional title services. This requirement is being issued as Small Business Set Aside under Request for Quote (RFQ) No. W912P820Q0044 and is being procured as a Blanket Purchase Agreement (BPA) under FAR Part 13.303. The Government anticipates one or more five (5) year Blanket Purchase Agreements from this solicitation from which future BPA call orders will be placed against. The BPA will have an estimated $500,000.00 purchase limitation. � SPECIFICATIONS The U.S. Army Corps of Engineers, New Orleans District (MVN), Real Estate Division requires commercial sources to provide professional title services for projects located within parishes in Louisiana as shown on Performance Work Statement. The New Orleans District intends to establish Master Blanket Purchase Agreements (BPA�s) in order to facilitate professional services. A BPA is a simplified method of filling anticipated repetitive needs by establishing �charge accounts� with qualified sources. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required professional title services exclusively with the U.S. Army Corps of Engineers, New Orleans District Real Estate Division. If and when requested, the vendor shall provide professional title services which may include but are not limited to the following broadly-encompassing categories: Tract Ownership Data (TOD) Interim Binders (Preliminary Title Policies/Commitments to Insure) Interim Binders with Mineral Search Intermediate Certificate of Title with Mineral Search Title Endorsements Copies of Supporting Documentation (i.e. trusts, wills, etc.) Final Title Polices (Final Certificates of Title) � The Master Blanket Purchase Agreement (BPA) does not obligate any funds. The government shall be obligated only to the extent of authorized purchases actually made under the BPA. � The purchase limitation under the BPA is $500,000.00 over a 5-year period.� � Warranted contracting officers and authorized individuals of the New Orleans District may place individual Call Orders against this BPA.� Authorized individuals may only place orders for less than $25,000.00 per call. Only authorized individuals are authorized to place orders (calls) under this BPA, and the Contractor shall not accept, nor is the Government liable, for payment of orders made by anyone other than authorized individuals. Any changes in the names of the authorized individuals shall be made only by the Contracting Officer. ������������������������������������������������������������������������������������������������������������ The list of authorized Call Officers will be available upon issuance of award. � All BPA call order shipments under this agreement shall be accompanied by a delivery ticket or sales slip that must contain the following information at a minimum: � 1) Name of Supplier 2) BPA number 3) Date 4) BPA number, Call Order Number and/or PR&C number 5) Itemized List of Services furnished 6) Quantity, unit price, and extension of each item; less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information) 7) Date of Delivery � INVOICING � An itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by copies of delivery tickets. The following FAR Clauses apply to this acquisition: FAR 52.202-1 Definitions FAR 52.203-5 Covenant against Contingent Fees FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.203-7 Anti-Kickback Procedures FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7 System for Award Management; FAR 52.204-8 Annual Representations and Certifications FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.203-13 Contractor Code of Business Ethics and Conduct FAR 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 209.5 Certification Regarding Responsibility Matters FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.214-22 Evaluation of Bids for Multiple Awards FAR 52.217-2 Cancellation under Multiyear Contracts FAR 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-9 Small Business Subcontracting Plan (Deviation 2018-O0018) Alternate I FAR 52.219-13 Notice of Set-Aside Orders FAR 52.219-14 Limitations on Subcontracting FAR 52.222-3 Convict Labor; FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-19 Child Labor�Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Report on Veterans FAR 52.222-40 Notification of Employee Rights under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.224-2 Privacy Act FAR 52.225-1 Buy American - Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications FAR 52.223-18 Encouraging Contract Policies to Ban Text Messaging While Driving FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233- 3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 5.243-1 Changes-Fixed Price FAR 52.246-4 Inspection of Services�Fixed Price FAR 52.246-25 Limitation of Liability�Services FAR 52.247-34 F.O.B. Destination FAR 52.249-8 (Fixed-Price Supply & Service) The full text of these FAR clauses can be accessed electronically at website: http://www.acquisition.gov FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - Alternate II and the following clauses cited within that clause: FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated By Reference The following DFARS Clauses are also applicable to this acquisition: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law DFARS 252.225-7001 Buy American and Balance of Payments--Basic DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing Of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea � The full text of these DFARS clauses can be accessed electronically at website: �http://www.acquisition.gov. QUOTATION DUE DATE: Capability Statements supporting requirements of the PWS and written quotes (Price Lists) must be received no later than 30 July 2020 at 12:00 pm CT. �Capability Statements and Quotes (Price Lists) should be e-mailed to Cori.A.Caimi@usace.army.mil.� Offerors must be registered at the time of quote submission with the System for Award Management (SAM) to receive a Government Blanket Purchase Agreement. You may register online at http://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24baaabd50004c1e96dae7a2448f87cd/view)
 
Place of Performance
Address: LA, USA
Country: USA
 
Record
SN05728932-F 20200724/200722230140 (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.