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
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Feb 10, 2025, 5:00 PM UTC
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
Jan 17, 2025, 5:05 PM UTC
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.
Jan 17, 2025, 5:05 PM UTC
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.
Jan 17, 2025, 5:05 PM UTC
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.
Jan 17, 2025, 5:05 PM UTC
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.
Jan 17, 2025, 5:05 PM UTC
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
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.
Base Borinquen Grounds Maintenance
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for Grounds Maintenance Services at Base Borinquen in Aguadilla, Puerto Rico. The contract requires the contractor to maintain the grounds, ensuring a clean and professional appearance to support the base's mission, which includes search and rescue operations. Key responsibilities include landscaping, grass cutting, weed control, tree trimming, and debris disposal, all in compliance with federal and local regulations and environmental safety standards. Interested parties should attend a site visit on April 3, 2025, at 10 AM and submit proposals to Miguel A. Cruz-Rivera by April 8, 2025, at 12 PM ET. For further inquiries, contact Hector D. Laguer Garcia at hector.a.laguer@uscg.mil or 787-629-9556.
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.
Landscaping Service for Salinas, CA
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified small businesses to provide landscaping services at its facility in Salinas, California. The procurement involves a firm fixed-price contract for a 90-day period, requiring regular maintenance of outdoor areas, including weed control, landscape debris management, and irrigation maintenance, with services scheduled across seven visits. This initiative is crucial for maintaining the facility's aesthetic and functional integrity, ensuring compliance with federal regulations and industry standards. Interested contractors must submit their quotations by April 7, 2025, to Katharina O'Reilly at katharina.oreilly@usda.gov, and are encouraged to review the attached documents for detailed requirements and wage determinations applicable to the contract.
NORTHERN ROCKIES STEWARDSHIP BPA
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
Region 01 Tree Planting Services
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking small businesses to provide tree planting services under an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Region 01, with an estimated total award amount of $30 million. The primary objective of this procurement is to reforest areas affected by disturbances such as fire or insect infestations, thereby supporting the Forest Service and Bureau of Land Management's mission to maintain healthy forested lands. This initiative is crucial for ensuring the survival of newly planted trees and achieving successful reforestation in designated forests, including those in Montana and Idaho. Interested contractors must respond to the Sources Sought Notice by April 10, 2025, and be registered in the System for Award Management (SAM), with the formal solicitation expected to be released around July or August 2025. For further inquiries, interested parties can contact Gilbert Chonje at gilbert.chonje@usda.gov or by phone at 931-378-8014.
INFORMACAST Software & Maintenance Software for USDA to BROADCAST
Buyer not available
The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to procure INFORMACAST Software and Maintenance Software Renewal through a Blanket Purchase Agreement (BPA). The procurement includes two main components: an IPTA-M1Y-C I Year Maintenance Subscription for approximately 8,620 units and an SS-1YR-MOB-TIER 1 Informacast Subscription for 250 units, aimed at enhancing the agency's operational efficiency. This software is critical for various applications within the USDA, ensuring compliance with regulatory standards while promoting cost savings through an agency-wide subscription. Interested vendors must submit a capability statement by April 8, 2025, and direct inquiries to Latisha Hollman at latisha.a.hollman@usda.gov.
Snowplowing Spring Planting access Superior Ranger District Mineral County, MT
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for snowplowing and debris removal services in the Superior Ranger District of the Lolo National Forest, Montana. The objective of this procurement is to ensure safe access for early spring tree planting by removing snow, earthen barriers, debris, and fallen trees from designated roads. This project is a total small business set-aside, emphasizing the government's commitment to fostering small business participation in federal contracts. Interested vendors must submit their bids by March 25, 2025, with all inquiries directed to Contract Specialist Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the lowest priced technically acceptable offers, with no guaranteed minimum or maximum hours of work.
Fence Enclosures, Kingsville, TX
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking contractors for the construction of fence enclosures in Kingsville, Texas. This presolicitation opportunity is set aside for small businesses and aims to enhance the security and management of agricultural facilities. The project falls under the NAICS code 238990, which pertains to all other specialty trade contractors, and is classified under the PSC code Y1PZ for construction of other non-building facilities. Interested parties can reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding the procurement process.
Bale Bags for USDA, AMS, Cotton & Tobacco Program
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking proposals for a firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract to supply bale bags for the USDA, AMS Cotton and Tobacco Program. The contract, which spans five years from May 1, 2025, to April 30, 2030, requires vendors to provide woven polypropylene cotton bale bags that meet specific technical specifications and comply with the Buy American Act. These bags are crucial for the proper handling and storage of cotton bales, ensuring quality and compliance with agricultural standards. Interested vendors must submit their quotations, including technical samples and past performance references, by March 12, 2025, to Matthew Phillips at the USDA, with the anticipated award date around March 31, 2025. For further details, vendors can reach out to Matthew Phillips via email at matthew.phillips3@usda.gov or by phone at 479-301-8811.