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. The contractor will be responsible for filing timely and accurate continuation statements to extend the effectiveness of original UCC financing statements for approximately 1.47 million active loans exceeding $25,000, ensuring compliance with UCC regulations. This initiative is crucial for maintaining the security of loans issued during the pandemic, facilitating the SBA's ongoing support for small businesses. Interested contractors should contact Tracie Gutierrez at tracie.gutierrez@sba.gov or call 303-844-3878, with proposals due by the specified deadlines, and the contract performance period commencing on April 28, 2025, for a base year with two optional extensions.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as Amendment 2 to Solicitation No. 73351025R0023, concerning the Filing of COVID-19 EIDL Uniform Commercial Code (UCC) Continuation Statements for the Small Business Administration (SBA). The amendment addresses questions received regarding solicitation terms and confirms the ordering period of performance, spanning one year with two optional one-year extensions, commencing from April 28, 2025. All proposals must acknowledge receipt of this amendment by a specified deadline to ensure acceptance, while emphasizing that additional modifications can only be authorized formally by the Contracting Officer. Key performance metrics and timelines are outlined, including phases for proposal submissions, an advisory down-select, oral presentations, and a commencement of services. Attached documents provide further details on the scope of work, pricing, and performance qualifications. The amendment ensures clarity in contract expectations and compliance with provided guidelines, reinforcing the SBA's focus on facilitating small business support in the wake of the COVID-19 pandemic.
    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 Small Business Administration (SBA) issued Solicitation 73351025R0023 for a contractor to file COVID-19 Economic Injury Disaster Loan (EIDL) continuation statements under the Uniform Commercial Code (UCC). The solicitation outlines specific tasks aimed at extending the effectiveness of original UCC filings, which must be completed within deadlines specified by the agency. The contractor will first conduct pre-filing checks against Secretary of State records, file correct continuation statements, and report any inaccuracies or rejections monthly. The period of performance spans from April 28, 2025, to April 27, 2028, with deliverables including detailed monthly reports on filings and rejections in various formats. The contractor must ensure data security and compliance with specified quality control and security measures. The SBA aims to maintain accurate records of active loans and ensure timely filing to prevent lapses in financing statements, emphasizing the project’s importance for federal disaster recovery efforts.
    This solicitation, issued by the Small Business Administration (SBA) Acquisition Division, seeks proposals for filing COVID-19 Economic Injury Disaster Loan (COVID EIDL) Uniform Commercial Code (UCC) continuation statements. As of February 2025, there are 1.47 million active loans that require timely and accurate UCC filings to extend the effectiveness of original financing statements. The contractor is tasked with conducting pre-filing checks against Secretary of State records, filing continuation statements by specified deadlines, and ensuring adherence to filing protocols, including data verification. Key deliverables include monthly reports on inaccuracies and filed statements, with a focus on maintaining compliance with the UCC regulations. The contract is a firm-fixed-price/cost reimbursement type, spanning a base year and two one-year options, starting April 28, 2025. Security, organizational conflict of interest considerations, and quality control are integral to the contract's execution, requiring comprehensive planning to ensure smooth transition phases and adherence to federal regulations. This initiative underscores the SBA’s commitment to maintaining effective loan security through proper administrative processes.
    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
    J/A for Sole-Source ITSC Services and Transition Support
    Small Business Administration
    The Small Business Administration (SBA) is seeking a contractor to provide sole-source IT Support Services and Transition Support under a Justification notice. The contract aims to deliver comprehensive support for the Agency's IT infrastructure through an as-a-service model, which includes integrated IT services tailored to meet the evolving needs of the SBA's mission across its numerous locations in all 50 states, U.S. territories, and the District of Columbia. This procurement is critical for ensuring real-time situational awareness and operational efficiency within the SBA's IT environment, encompassing various service areas such as IT infrastructure support, project management, and service center support. Interested parties can reach out to Laura Saddison at laura.saddison@sba.gov for further information regarding this opportunity.
    Service Now O&M
    Small Business Administration
    The Small Business Administration (SBA) is seeking to procure ongoing operations and maintenance (O&M) services for its ServiceNow platform, which is critical for the agency's Information Technology Service Management. The procurement aims to ensure the continuity of services related to the ServiceNow commercial software, including agile project management, compliance with federal cybersecurity requirements, and the integration of new capabilities to enhance business processes and workflows. This opportunity is particularly urgent, as the current contractor, iTech AG, has the necessary infrastructure and trained staff to meet the immediate needs of the SBA, and transitioning to a new vendor would result in unacceptable delays. Interested parties can contact Clinton Mouser at clinton.mouser@sba.gov for further information.
    Single Source Determination for Franklin Covey
    Small Business Administration
    The Small Business Administration (SBA) is seeking to engage Franklin Covey for a specialized training initiative aimed at enhancing diversity, equity, and inclusion (DEI) within its Office of Inspector General (OIG) leadership. The objective of this procurement is to integrate the Franklin Covey Inclusive Leadership model into existing agency processes to foster self-leadership and improve trust and communication between supervisors and non-supervisors. This initiative is critical for building a more inclusive workplace culture and ensuring effective leadership practices. Interested parties can reach out to Tracie Gutierrez at tracie.gutierrez@sba.gov or by phone at 303-844-3878 for further details regarding this opportunity.
    Electronic Business Center RFI
    Commerce, Department Of
    The Department of Commerce, specifically the United States Patent and Trademark Office (USPTO), is seeking qualified small businesses to provide technical support for its Electronic Business Center (EBC) through a Sources Sought notice. The EBC is responsible for assisting external stakeholders with the USPTO's electronic patent systems, including the Patent Center and trademark filing systems, and requires comprehensive support services such as technical troubleshooting, account management, and customer service. This opportunity is crucial for maintaining efficient operations within the intellectual property community, with a contract value exceeding $25 million and a performance period extending from June 2026 to December 2031. Interested parties should submit their responses, detailing relevant experience, by December 19, 2025, to the primary contact, Denise Sanders, at denise.sanders@uspto.gov.
    Single Source Determination Congressional and Legislative information and tracking service licenses
    Small Business Administration
    The Small Business Administration (SBA) is seeking to procure Congressional and Legislative information and tracking service licenses through a single source determination. This requirement is essential for the Office of Inspector General (OIG) to effectively prevent and detect fraud, waste, and abuse within the department's programs and operations, fulfilling its mission under the Inspector General Act of 1978. The services sought are critical for maintaining oversight and accountability in government operations. Interested parties can reach out to Tracie Gutierrez at tracie.gutierrez@sba.gov or by phone at 303-844-3878 for further details regarding this opportunity.
    Limited Source Justification for ABIS
    Small Business Administration
    The Small Business Administration (SBA) is seeking a contractor for the maintenance and enhancement of its Automated Background Investigation System (ABIS), which is critical for processing personnel security background investigations. The contractor will be responsible for updating the ABIS software to incorporate new functionalities, improve processing timeliness, and address any identified vulnerabilities, as well as providing miscellaneous reports and data extracts as requested by the Office of Personnel Security. This procurement is essential for ensuring the efficiency and security of personnel investigations within the SBA. Interested parties can contact Tracie Gutierrez at tracie.gutierrez@sba.gov or by phone at 303-844-3878 for further information.
    E-RECORDING AND NON-E-RECORDING LIEN RELEASES RECORDING SERVICES
    Agriculture, Department Of
    The Department of Agriculture, specifically the Rural Housing Service, is seeking information from qualified contractors to provide E-Recording and Non-E-Recording Lien Release Recording Services across all 50 states and U.S. territories. The objective is to ensure timely and efficient recording of lien releases through both electronic and traditional methods, which includes providing access to e-recording systems, training for USDA users, and maintaining a status tracking mechanism. This service is crucial for the USDA Rural Development's Single-Family Housing Program, which supports eligible applicants with housing loans. Interested parties must submit their responses to the Request for Information (RFI) by December 24, 2025, at 4:00 PM EST, to the designated contracting officers, with no costs incurred by the government for the responses.
    Limited Sources Justification for Microsoft Azure
    Small Business Administration
    The Small Business Administration (SBA) is seeking to procure Microsoft Azure cloud computing services to support its Office of Chief Information Officer (OCIO). The procurement aims to leverage Azure's capabilities, including Infrastructure as a Service (IaaS), Platform as a Service (PaaS), and Software as a Service (SaaS), to enhance data management, analytics, and disaster recovery solutions. Azure's robust architecture is designed for data-intensive tasks and offers a secure, scalable, and cost-effective solution for the SBA's operational needs. Interested parties can reach out to Laura Saddison at laura.saddison@sba.gov for further information regarding this opportunity.
    Single Source Determination for Training
    Small Business Administration
    The Small Business Administration (SBA) is seeking a contractor for a single-source determination to provide in-person training for its Office of Inspector General (OIG) executives. This four-day training, scheduled from May 22-26, is essential for enhancing collaborative benefits and fostering a better leadership environment within the agency. The initiative aligns with the President's Management Agenda (PMA), which aims to improve government efficiency and effectiveness through continuous learning and performance reviews. Interested parties can reach out to Tracie Gutierrez at tracie.gutierrez@sba.gov or Patrick Ferguson at patrick.ferguson@sba.gov for further details.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.