Filing COVID-19 EIDL Uniform Commercial Code (UCC) Continuation Statements
ID: 73351025R0023Type: Combined Synopsis/Solicitation
Overview

Buyer

SMALL BUSINESS ADMINISTRATIONSMALL BUSINESS ADMINISTRATIONOFC OF PERF MGMT AND CFOWASHINGTON, DC, 20416, USA

NAICS

All Other Business Support Services (561499)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)
Timeline
    Description

    The Small Business Administration (SBA) is seeking proposals for the filing of COVID-19 Economic Injury Disaster Loan (EIDL) Uniform Commercial Code (UCC) continuation statements, under solicitation number 73351025R0023. The objective is to ensure timely and accurate filings for loans exceeding $25,000, with contractors responsible for pre-filing checks, addressing rejections, and providing monthly reports. This initiative is crucial for extending the validity of original UCC financing statements, thereby supporting small businesses affected by the pandemic. Interested contractors must submit their proposals by March 12, 2025, with performance expected to commence by April 28, 2025. For further inquiries, contact Tracie Gutierrez at tracie.gutierrez@sba.gov or call 303-844-3878.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) issued by the U.S. Small Business Administration (SBA) for filing COVID-19 Economic Injury Disaster Loan (EIDL) Uniform Commercial Code (UCC) Continuation Statements. The RFQ requests quotes for a one-year base period with two optional one-year extensions. The scope of work involves timely filing of UCC continuation statements for loans above various thresholds, with a firm fixed price structure for servicing fees. The process stipulates that contractors will be reimbursed for UCC filing fees without obligation of funds on individual item lines. Key timelines include response deadlines for phases of the proposal process, an anticipated start date for performance, and the need for monthly payments for completed filings. The document also specifies communication protocols, including a designated Contracting Officer, and outlines the requirements for invoice submissions and financial tracking. This RFQ emphasizes the government's aim to efficiently manage UCC filings while supporting small businesses impacted by the pandemic.
    The document presents the Government Pre-Proposal Inquiry Form related to Solicitation No. N40084-12-R-6500. It outlines procedural guidelines for prospective contractors soliciting federal opportunities, specifically focused on filing COVID-19 Economic Injury Disaster Loan (EIDL) Uniform Commercial Code (UCC) continuation statements. Additionally, it contains a series of questions and answers regarding the solicitation process, ensuring clarity on various aspects of the Request for Proposals (RFP). The structure includes reference sections that detail the solicitation parameters, allowing potential bidders to align their proposals with the government’s expectations. The inquiry form emphasizes compliance and accurate submission of documents, indicative of a broader effort to streamline and enhance the proposal process amid evolving circumstances stemming from the pandemic. This initiative reflects the government's ongoing commitment to supporting businesses while ensuring adherence to regulatory frameworks.
    The Small Business Administration (SBA) is soliciting proposals for the filing of COVID-19 Economic Injury Disaster Loan (EIDL) Uniform Commercial Code (UCC) continuation statements. This request, designated as solicitation 73351025R0023, is issued for services related to the administrative management and consulting needs of the Office of Capital Access. Key deadlines include questions due by March 12, 2025, and response submissions divided into two phases, with performance expected to commence by April 28, 2025. Contractors are tasked with ensuring timely and accurate UCC filings to extend the effectiveness of financing statements initially filed for loans exceeding $25,000. The contractor must conduct a pre-filing check against Secretary of State records and is responsible for filing continuation statements, addressing rejections, and providing comprehensive monthly reports. Notably, the performance standards stipulate rigorous submission timelines, with the potential for penalties for late filings. The contract period comprises a base year and two optional renewal years. The selected contractor will maintain the confidentiality and security of all government data throughout the term. Emphasis is placed on compliance with safety and operational standards while collaborating closely with the SBA to meet the outlined requirements effectively.
    The document outlines solicitation number 73351025R0023 for UCC continuation statement filing services, detailing the requirements for submitting quotes or proposals. The offeror must provide relevant company details, including contact information, acknowledgment of RFP amendments, and certifications. The request emphasizes the contractor's role in filing UCC statements and specifies fixed servicing fees for various loan amounts, with deliverables due monthly. Each servicing fee must represent the complete scope of services provided, with additional compensation not available. The contractor will also handle reimbursement for UCC filing fees as per state regulations, with no funds obligated on these reimbursements. The performance period is set from April 6, 2025, to April 5, 2028. The document requires specific pricing for electronic and paper servicing fees and mandates clarity in proposed labor categories. The integrity of the proposal rests on adherence to government standards and timely submission of accurate filings, aligning with federal guidelines. This RFP is designed to ensure efficient management of UCC filings, establishing clear conditions for contractors to follow.
    The document outlines the Past Performance Questionnaire associated with Solicitation 73351025R0023 for the Small Business Administration's COVID-19 EIDL UCC Continuation Statements requirement. It provides instructions for contractors to submit key details about their performance on previous contracts, emphasizing the importance of accuracy and confidentiality in assessments. The questionnaire consists of multiple sections, including a contractor identification part, an evaluation section with a satisfaction rating system ranging from 'Exceptional' to 'Unsatisfactory,' and an area for evaluators to provide supporting narratives for their ratings. The evaluation focuses on factors such as customer satisfaction, quality of products delivered, and timeliness of performance, allowing evaluators to express their overall satisfaction with various aspects of the contractor's work. This document is a crucial tool for assessing contractor performance in relation to federal contracts, helping inform future procurement decisions and ensuring accountability in government spending during the pandemic recovery efforts.
    This document serves as a combined synopsis and solicitation for the acquisition of services to file COVID-19 Economic Injury Disaster Loan (EIDL) Uniform Commercial Code (UCC) continuation statements, issued by the Small Business Administration's (SBA) Office of Financial Program Operations. The solicitation, numbered 73351025R0023, is structured according to FAR Parts 12 and 15, and is open for proposals without limitation to competition. It establishes specifications for filing continuation statements to extend the validity of original UCC financing statements from loan origination. Key contractual details include a single Firm Fixed Price contract and the potential inclusion of Cost Reimbursement type Contract Line Item Numbers (CLINS). The applicable Product Service Code is R699, denoting administrative support services, under the NAICS code 561499 for business support services, with a size standard of $21.5 million. Offerors are required to ensure that their representations and certifications are up to date, adhering to specified FAR clauses for proposal submissions. The document emphasizes the importance of compliance with guidelines and the structured process for submissions and evaluations.
    The document provides a detailed overview of federal grant and funding allocations categorized by monetary ranges, spanning fiscal years 2024 through 2027. It highlights monthly and total counts of funding requests segmented into brackets: $25,001 - $50,000, $50,001 - $200,000, $200,001 - $500,000, and above $500,000. The grant activity shows fluctuations in funding counts over the defined periods, with the most notable allocations occurring in May and June of 2024. The total funding over fiscal year 2025 is recorded at $1,069,491, while projections for the subsequent years (2026 and 2027) indicate continued engagement in grant solicitations, with total estimated allocations of 171,164 and 164,572 respectively. The document underscores ongoing governmental support through grants and RFPs aimed at facilitating various projects and services at federal and state levels, though it notes that total amounts are subject to adjustment. This overview assists in understanding trends in federal funding and the distribution of financial resources for projects initiated through proposals and grants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    D--UCC Search and Recording Support
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide search and recording support services under the title "D--UCC Search and Recording Support." The procurement aims to fulfill requirements related to database and platform support services, which are essential for managing and maintaining critical information systems. This opportunity is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties should reach out to Amy Gilliland at AMY.GILLILAND@NOAA.GOV for further details regarding the submission process and any upcoming deadlines.
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from qualified small businesses for a federal contract focused on software support for earthquake monitoring and data distribution services. The contract, which spans five years from April 1, 2025, to March 31, 2030, aims to maintain and enhance various software systems integral to the Advanced National Seismic System (ANSS), ensuring effective monitoring and response capabilities for seismic events. This initiative is critical for advancing public safety and scientific inquiry related to earthquakes, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. Interested parties must submit their proposals by March 24, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.
    Mortgagee Compliance Manager 4.0 (MCM) Services
    Buyer not available
    The Department of Housing and Urban Development (HUD) is seeking contractor support for Mortgagee Compliance Manager (MCM) 4.0 services, aimed at enhancing the management of Single Family Real Estate-Owned (REO) properties. The contractor will be responsible for overseeing pre- and post-conveyance activities for REO assets, ensuring compliance with established standards, and providing real-time access to compliance documents, which is crucial for optimizing returns from the Federal Housing Administration's (FHA) insurance funds and promoting homeownership. This opportunity is set aside for small businesses, with a single fixed-price contract expected to span five years, including a base period and four optional periods, with the solicitation anticipated to be issued around November 29, 2024. Interested firms must register in the System for Award Management (SAM) under NAICS code 531390 and can contact Charles W. Hoyle Jr. at charles.w.hoylejr@hud.gov or Quotia Pitts at Quotia.C.Pitts@hud.gov for further information.
    127EAW25R0009 - West Camino Cielo Road Repairs
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals for road repairs on West Camino Cielo Road in Santa Barbara County, California. The project entails pothole patching and chip sealing over a distance of 6.72 miles on an existing chip sealed road, with an estimated project cost ranging from $1,000,000 to $2,000,000. This procurement is crucial for maintaining the integrity of transportation infrastructure, and it is set aside for small businesses under the SBA guidelines. Interested contractors must be SAM certified and can expect the Request for Proposal (RFP) to be available on SAM.gov around March 14, 2025. For inquiries, potential bidders should contact Gregory Cunningham at gregory.cunningham@usda.gov.
    Web Data Collection
    Buyer not available
    The U.S. Department of Education is seeking proposals from small businesses for a federal contract focused on Web Data Collection, specifically through the provision of Computer System Design Services. The contractor will support the Office of Planning, Policy, and Innovation by managing and maintaining key data systems related to postsecondary education, including the College Affordability and Transparency Center and various surveys, ensuring compliance with federal standards and enhancing data transparency. This contract, structured as a fixed-price arrangement with a base year and four optional years, emphasizes the importance of technical merit and corporate experience in the evaluation process. Proposals must be submitted electronically by March 25, 2025, and interested parties can contact Michael Rivera at Michael.Rivera@ed.gov for further information.
    ERDC Communications Infrastructure Contract
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the ERDC Communications Infrastructure Contract, aimed at providing essential communication infrastructure services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. The contract encompasses the installation, maintenance, and repair of communication networks, including the establishment of two distinct networks (CorpsNet and RDE) within the newly constructed Building 9000, requiring specialized labor, materials, and adherence to stringent industry standards. This procurement is critical for ensuring efficient telecommunications management and infrastructure support across federal sites, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested small businesses must submit their proposals by April 1, 2025, and can direct inquiries to TriNeciya Martin at trineciya.c.martin@usace.army.mil or Christy Love at christy.j.love@usace.army.mil for further information.
    R499--Small Business Event | RPO Central NCO 9 Quarterly Virtual Business Opportunity Session | Cisco Webex Mar 11 | Amendment 3
    Buyer not available
    The Department of Veterans Affairs is hosting a Quarterly Virtual Business Opportunity Session on March 11, 2025, aimed at small business vendors interested in federal contracting opportunities. This session, facilitated via Cisco Webex, specifically targets Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and other small businesses, providing insights into procurement processes and logistical considerations relevant to sectors such as construction, engineering, and medical office operations. Interested participants must register through the VA's VetBiz website, with a response deadline set for March 10, 2025, at noon Eastern Time. For inquiries, attendees can contact the Direct Access Program at DirectAccess@va.gov or call 202-461-4694.
    Nationwide Recapture Appraisal Services
    Buyer not available
    The U.S. Department of Agriculture (USDA), through its Rural Development (RD) program, is seeking proposals for Nationwide Recapture Appraisal Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective of this procurement is to assess the market, liquidation, or disposition values of single-family homes and vacant lots in rural areas, thereby supporting the USDA's mission to improve rural living through housing loans and community development. The contract will require appraisers to adhere to strict qualifications and reporting standards, ensuring compliance with federal regulations and the Uniform Standards of Professional Appraisal Practice (USPAP). Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Maria Calica at maria.calica@usda.gov.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.