SOLICITATION NOTICE
R -- Indefinite Delivery Contract (IDC) Multiple Award Task Order Contract (MATOC) for Real Estate Title Services
- Notice Date
- 9/16/2020 11:34:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541191
— Title Abstract and Settlement Offices
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- w912bv20Q0127
- Response Due
- 9/21/2020 8:00:00 AM
- Archive Date
- 10/06/2020
- Point of Contact
- Mieko Alley, Phone: 9186697355, Amy C. Feemster, Phone: 9186697173, Fax: 9186697436
- E-Mail Address
-
mieko.g.alley@usace.army.mil, amy.c.feemster@usace.army.mil
(mieko.g.alley@usace.army.mil, amy.c.feemster@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-solicitation Notice � Indefinite Delivery Contract (IDC) Multiple Award Task Order Contract (MATOC) for Real Estate Title Services � W912BV20Q0127 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; proposals are being requested and additional notice will not be issued. �This Acquisition shall be set aside for Small Business. � Solicitation W912BV20Q0127 is being issued as a Request for Quote (RFQ) for a Firm-Fixed-Price Indefinite Delivery Contract (IDC) Multiple Award Task Order Contract (MATOC) for Real Estate Title Services. The work under this contract is primarily in support of the U.S. Army Corps of Engineers Air Force Real Estate Project Management Program, which is responsible for acquiring real property interests on behalf of United States Air Force facilities nationwide, but may also include Interagency Services and Civil Works projects within the Southwestern Division regional boundaries and as assigned in accordance with UAI Subpart 5107.1 and ER 5-1-10. � This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76. � This is a 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) Code is 541191 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is $12,000,000.00. � � Price Schedule � See attachment � Description of services: The IDCs awarded will be firm-fixed-price for a wide range of title services, including but not limited to, the following areas: (1) Tax Identification Card and Vesting Deed; (2) Title Report and Abstract; (3) Title Commitment; (4) Title Policy; and (5) Miscellaneous Title Services (e.g. Curative Calls, Mineral Title Report and Abstract, Mineral Title Opinion, Expert Witness, Mapping, Percentage Ownership Report, etc.). � Contracts will have a period of performance of 5 years. � FAR Clauses 52.212-1, 52.212-3 and 52.212-4 apply to this procurement.� For the exact text and wording of clauses and provisions please see http://www.Acquisition.gov.� The following addenda apply to these clauses: 52.212-1 � the NAICS code is listed in paragraph # 4 above.� � FAR Clause 52.212-5 (deviation) applies to this procurement. A completed copy is attached showing the applicable clauses. � Contractor must respond to the representation in Section K: FAR 52.204-24 and 52.204-26.� Failure to respond to these provisions will deem your offer non-responsive and unawardable. Offers are due on 17 September 2020 no later than 10:00 AM CT. � Site visit: There is no site visit scheduled for this requirement. � Bidders Inquiry:� Contractual and Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at �https://www.projnet.org/projnet.� Please see attachment for additional Information. � Performance Work Statement. Please see attached instruction to Offerors for the PWS. � Price Schedule:� Please see attached instruction to Offerors for the Price Schedule. � The solicitation is issued via Internet only on Feb Biz Opps Website at http://www.fbo.gov. ��It is the contractors� responsibility to check the above-listed internet address daily for any posted changes to the solicitation. �Any amendments issued to the solicitation must be acknowledged by potential offerors.� No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. � Quotes will be evaluated as follows: (i) Price evaluation: The Government will consider the IDIQ pricing schedule as well as the seed project pricing in order to determine the awardees. The government will evaluate the IDIQ pricing schedule to determine price reasonableness and affordability. The seed project pricing will be evaluated to determine understanding of the projects. � Seed projects: The Government shall evaluate each seed project individually to determine the lowest price for each project. The government reserves the right to award a separate task order for each seed project to the lowest priced offeror conforming to the solicitation, separate task orders to one contractor, or may combine them into one task order if it is determined to be in the best interest of the Government. � (ii) Past Performance: The Government will review all CPARS evaluations regardless of project and may contact points of contacts or evaluate any information provided to the Contract Specialist or Contracting Officer to include USACE District Past Performance files. Offerors must demonstrate the following minimum acceptability standards: A. All past or current performance must have overall ratings of Satisfactory, Acceptable or above. B. Any derogatory information may be grounds for an Unacceptable rating. C. Offerors with no past performance information will receive an �Acceptable� rating for this factor. � (iii) Past Experience: Past experience will be evaluated to determine the contractors ability to perform the following types of projects: (1) Tax ID Card and Vesting Deed; (2) Title Report and Abstract; (3) Title Commitment; (4) Title Policy; and (5) Miscellaneous Title Services. � Past experience will also be determine acceptable if the contractor demonstrates the ability to perform in multiple states covered by minimum of 2 out of 8 of the USACE Geographical Divisions. � Awards will be made to the lowest-priced, responsible offerors, whose quotes conform to the requirement of the solicitation.� Location: USACE District, Tulsa, ATTN: CECT-SWT-E, 2488 E. 81st Street, Tulsa, OK 74137-4290, USA � Previous contract information: This is a new requirement. No past contract data. Update 16 September 2020: Amendment 0001 uploaded. Amendment 0001 extends the solicitation close date to 21 September 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/abc8a4a0c762410aa31a4806eb527b06/view)
- Place of Performance
- Address: Tulsa, OK 74137, USA
- Zip Code: 74137
- Country: USA
- Zip Code: 74137
- Record
- SN05799537-F 20200918/200916230159 (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 |