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
    Master Blanket Purchase Agreement (BPA) for Title Services for their Real Estate Division
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers' Baltimore District, is seeking to establish Master Blanket Purchase Agreements (BPAs) for title services within the Mid-Atlantic region, including DC, MD, DE, NJ, NY, PA, and VA. The procurement aims to secure services from Certified Title Companies to provide Owners Guarantee Policies, Certificates of Title, and Closing Services over a five-year period, with a total estimated value of $800,000 annually. These services are critical for ensuring clear property titles and facilitating real estate transactions, with awards based on the Lowest Price Technically Acceptable criteria. Interested vendors can direct inquiries to Cheryl Williams at cheryl.k.williams@usace.army.mil or Brielle Loman at Brielle.A.Loman@usace.army.mil, with a maximum BPA Call limit of $100,000.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Agriculture, Department Of
    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.
    Special Events and Conferences Support BPA - Request for Information (RFI)
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking responses for a Request for Information (RFI) to establish a multiple-award Blanket Purchase Agreement (BPA) for Special Events and Conferences Support. This procurement aims to acquire comprehensive turn-key event production services, including project management, audiovisual support, security, and communications for various events nationwide. The BPA is significant as it will facilitate the USDA's ability to effectively manage and execute special events, with an estimated purchase volume of up to $9.9 million annually, totaling $49.5 million over its lifetime. Interested businesses should submit their capabilities electronically by December 15, 2025, to Garrentt Baca at garrentt.baca@usda.gov or John Flannery at John.Flannery@usda.gov.
    Forest Inventory and Analysis BPA Suite
    Agriculture, Department Of
    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.
    12444123F0093 Cultural Resource Survey for the White Grape Bend Project
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking services for a Cultural Resource Survey related to the White Grape Bend Project, as outlined in the Blanket Purchase Agreement (BPA) call 12444123F0093. This task order, issued on April 28, 2023, falls within the scope of existing contract(s) 1243ZP18A0010 and aims to ensure compliance with cultural resource management standards in the project area located in Murphy, North Carolina. The procurement process followed FAR guidelines, confirming that this approach is the most cost-effective means of obtaining the necessary services, with the award made to a Small Business and exempt from subcontracting plan requirements. Interested parties can reach out to David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further details.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Ground Maintenance
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is seeking qualified 8(a) small businesses to provide ground maintenance services at its installations. The contractor will be responsible for a range of services including mowing, edging, trimming, weed control, debris removal, and maintenance of various areas such as athletic fields and family housing, adhering to federal, state, and local laws, as well as environmental regulations. This procurement is critical for maintaining the operational readiness and aesthetic quality of the Army Garrison's facilities. Interested parties must submit a capabilities statement and relevant information by December 22, 2025, at 10:00 AM Atlantic Standard Time, to the designated contacts, Denia M. Serrano and Felix Marrero, via email.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.