Blanket Purchase Agreement for Title Abstract Search and Settlement/Closing Services Puerto Rico
ID: 12FPC425Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-ACQ DIVWASHINGTON, DC, 20250, USA

NAICS

Title Abstract and Settlement Offices (541191)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Agriculture (USDA) is seeking qualified small businesses to provide title abstract search and settlement/closing services in Puerto Rico through a Blanket Purchase Agreement. The procurement aims to secure services for title searches, commitments, and closing activities related to the acquisition of conservation easements, which are vital for protecting wetlands, floodplains, and forest lands under various conservation programs. Interested contractors must submit a technical narrative and price quote, with evaluations focusing on technical capability and past performance, as the contract is set to run from February 17, 2025, to February 16, 2030. For further inquiries, potential offerors can contact Crystal Baird at crystal.baird@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Natural Resources Conservation Service (NRCS) in Rhode Island is seeking a contractor to provide title abstract search and closing services for the acquisition of conservation easements. This includes coordinating title commitments, resolving title exceptions, and facilitating closing activities to restore and protect wetlands, floodplains, and forest lands. The contractor must ensure compliance with state regulations, possess necessary licensing, and deliver timely services including initial title searches, updates based on legal descriptions, and closing documentation. Emphasis is placed on confidentiality of documented information and the need to manage conflicts of interest. The contractor will work independently with an obligation to report any potential breaches of confidentiality and is instructed to maintain a non-personal service relationship with government personnel. Key deliverables include a title search within 21 business days, an updated title commitment in 14 days, and closing services following the receipt of federal funds. Overall, this effort aims to effectively manage and enforce conservation easement transactions while providing essential legal support and ensuring adherence to federal and state guidelines.
    The document outlines a Past Performance Information Questionnaire aimed at assessing the contractor's performance by gathering feedback from respondents. Key components include instructions for completing the questionnaire, requested contact information, and a structured rating system ranging from 4 (Outstanding) to 0 (Unsatisfactory). Respondents are tasked with evaluating various aspects of the contractor's performance, such as the timely submission of deliverables, adherence to contract requirements, pricing reasonableness, and overall effectiveness in executing the Performance Work Statement. Additionally, assessors must provide an overall performance rating and indicate whether they would rehire the contractor. The questionnaire seeks to consolidate critical insights into contractor performance for purposes related to federal government RFPs, grants, and local contracts, ultimately supporting the decision-making process regarding future contracting opportunities. The agency emphasizes the importance of objective evaluations and encourages clarity by requesting narratives for any low ratings provided.
    The U.S. Department of Agriculture’s Natural Resources Conservation Service (NRCS) has outlined the requirements for title search and closing services related to its Easement Programs in Puerto Rico. The document details the contractor’s responsibilities, which include conducting title searches, facilitating legal documentation, resolving title exceptions, managing escrow funds, and providing title insurance. The NRCS aims to acquire conservation easements for wetlands, floodplains, and forest lands under various programs. The contractor must comply with federal and state regulations, ensuring all services meet legal standards and timelines, including obtaining necessary signatures and recording documents in local offices. Additionally, the contractor must hold liability insurance and avoid conflicts of interest. The payment structure is based on the successful delivery and approval of specified services. Furthermore, strict confidentiality and civil rights compliance are emphasized throughout the project. This document serves as a comprehensive guide for potential contractors in delivering the necessary services aligned with federal requirements for securing conservation easements.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines specific requirements for closing agents handling easement transactions under various programs, including the Agricultural Conservation Easement Program and Emergency Watershed Protection Program. Closing agents must certify their familiarity with state real estate laws, hold necessary licensing, and provide liability insurance equal to the federal funds involved. They are also responsible for ensuring proper title clearance, conducting due diligence in real estate records, and managing the timely transfer of federal funds. Key responsibilities include issuing title insurance, filing IRS Form 1099, and providing detailed closing documentation within specified timelines. These guidelines aim to protect federal interests in land conservation and ensure compliance with legal and operational standards. Closing agents are required to maintain an escrow account and provide project-related financial information. By following these structured protocols, the NRCS seeks to ensure the integrity and efficacy of easement programs.
    The document provides closing instructions for acquiring a Wetland Reserve Easement through the Agricultural Conservation Easement Program (ACEP-WRE). It outlines responsibilities and requirements for the closing agent, including compliance with state laws, liability insurance, and handling federal funds. The closing agent must ensure a clear title, record necessary documents, and establish an escrow account for federal funds. They are required to execute and record the ACEP-WRE Warranty Easement Deed and deliver specific documents to both the NRCS and the landowner within stipulated timelines. Key details include maintaining title insurance, ensuring all taxes and assessments are current, and adhering to NRCS requirements for reimbursement of federal funds if the closing does not occur on time. The letter concludes with a request for acknowledgment and further communication regarding closing specifics. Overall, the document emphasizes the meticulous process required to protect federal interests in the wetlands acquisition, ensuring compliance and proper management of funds within the context of government RFPs and grants.
    The document is a combined synopsis/solicitation for title abstract search and settlement/closing services in Puerto Rico under solicitation number 12FPC425Q0027, issued by the U.S. Department of Agriculture (USDA). It invites quotes from small businesses for a single award firm fixed price blanket purchase agreement from February 17, 2025, to February 16, 2030. The services required include title searches, commitments, and closing services related to acquisition of conservation easements. Offerors must submit both a technical narrative and a price quote, with emphasis on technical capability and past performance. The evaluation criteria prioritize these aspects over price. All eligible businesses must comply with various federal acquisition regulations and ensure submission of necessary documentation, including completed representations and certifications. The solicitation aims for efficient and effective procurement of services to support conservation efforts in Puerto Rico while promoting small business participation in government contracts. Questions and quotes must be submitted to the designated contract specialist, adhering to specific deadlines outlined in the solicitation.
    Lifecycle
    Similar Opportunities
    A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-IITF Research Stations 2024
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer (A&E) firms for the 2024 Shortlist for the Southern Research Station (SRS) and Pacific Northwest Research Station (PNW) projects. The procurement aims to establish a Short Selection Database for contracts valued under $250,000, covering a range of engineering services including surveying, construction inspection, and environmental assessments across multiple states and territories. This initiative is crucial for enhancing ecosystem management and sustainability within the USDA's operational areas, with an average of 20 projects expected to be executed annually from this database. Interested firms must submit their qualifications, including a cover letter, A&E Submittal Cover Sheet, current SAM registration, and SF330 forms by March 15, 2024, to Cynthia Granderson at cynthia.granderson@usda.gov, with a cc to Steven Alves at steven.alves@usda.gov.
    FWS PUERTO RICAN PARROT ESFO SECURITY
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for security and surveillance services for the Puerto Rican Parrot Recovery Program at the Iguaca Aviary in Rio Grande, Puerto Rico. The contract, structured as a non-personnel service agreement, requires the contractor to provide personnel, equipment, and support to protect endangered Puerto Rican parrots from theft, vandalism, and harm, with services to be conducted daily from 4:00 PM to 7:00 AM. This initiative emphasizes the critical need for safeguarding endangered species while promoting small business participation in federal contracting, as the solicitation is a 100% Small Business Set-Aside. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes and questions via email by the specified deadlines, with the estimated performance period beginning April 1, 2025, and lasting through March 31, 2026. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.
    Pinch point safety guards for X-ray conveyor
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking proposals for the design and installation of pinch point safety guards for X-ray conveyors at the USDA Building in Carolina, Puerto Rico. The project requires the construction of six removable stainless steel safety guards that are unattached to the X-ray machines, with the contractor responsible for securing access permits and coordinating installation to minimize operational disruptions at the Luis Muñoz Marín International Airport. This procurement emphasizes adherence to national and local building codes, operational safety, and effective communication among stakeholders, with proposals due by March 17, 2025. Interested contractors can contact Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603 for further details.
    VIPR I-BPA for GIS Unit for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for a VIPR I-BPA for GIS Unit for Region 13, aimed at enhancing their surveying and mapping capabilities. This procurement is set aside for small businesses and focuses on providing essential services related to natural resources and conservation, particularly in forest and range fire suppression and presuppression efforts. The selected contractor will play a crucial role in supporting the Forest Service's mission to manage and protect national forests and grasslands. Interested vendors can reach out to Jennifer Travis at jennifer.travis@usda.gov or call 970-373-7170 for further details regarding the solicitation process.
    VIPR I-BPA for Clerical Support Unit for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the VIPR I-BPA for Clerical Support Unit for Region 13 on a total small business set-aside basis. The procurement aims to secure clerical support services, which are essential for the effective management and operation of forest service activities, particularly in natural resources and conservation efforts. Interested small businesses are encouraged to engage in this opportunity, with Jennifer Travis as the primary contact for inquiries at jennifer.travis@usda.gov or by phone at 970-373-7170. Further details regarding submission deadlines and specific requirements will be outlined in the solicitation documents.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Forest Inventory and Analysis BPA Suite
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting offers for multiple Blanket Purchase Agreements (BPA) for National Type 2 firefighter crews as part of the 2025 Annual Review. The procurement aims to secure commercially available Type 2 qualified wildfire crews to assist with fire suppression and various emergency activities across the United States. This contract is crucial for ensuring effective firefighting services and resource management during wildfire incidents, with a five-year term and annual reviews planned. Interested parties must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    VIPR I-BPA for Clerical Support Unit for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for a VIPR I-BPA for Clerical Support Unit services for Region 13 on a total small business set-aside basis. The procurement aims to secure clerical support services, including document handling, copying, and scanning, which are essential for maintaining operational efficiency in forest management and conservation efforts. The solicitation emphasizes compliance with labor regulations and operational flexibility, allowing for the use of multi-functional copiers to meet varying demands. Interested contractors can reach out to Jennifer Travis at jennifer.travis@usda.gov or call 970-373-7170 for further details regarding the proposal submission process.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    Solicitation from the Department of Agriculture, Forest Service is seeking a Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) for multiple forests in the R5 region. The BPA will cover federal and local agency lands within 150 miles of the boundaries of various national forests. The BPA will be the primary means for future Integrated Resource Service Contracts (IRSCs), Service-based IRSCs, and restoration-based service contracts. The types of call orders that may be issued include IRSCs with required timber product removal, service-based IRSCs with the option for timber subject to agreement products, and service contracts with no timber product removal. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an active email account and be registered in the System for Award Management (SAM) to be eligible for award under this solicitation. Questions and offers must be submitted in writing to the designated points of contact. The deadline for offers is 5:00 p.m. PT on Friday, July 15, 2022.