Real Property Title Evidence, Insurance, and Closing Services for Commonwealth of Puerto Rico
ID: W51DQV24Q0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SR TF VIPRSAN JUAN, PR, 00918-0000, USA

NAICS

Offices of Lawyers (541110)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)

Set Aside

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

    Presolicitation notice from the Department of Defense, specifically the Department of the Army, for Real Property Title Evidence, Insurance, and Closing Services in the Commonwealth of Puerto Rico. This service is typically used to support the Rio Puerto Nuevo Flood Control Project (Ct 1) Land Acquisitions. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an ordering period of three years. The total contract period will also be three years. The contract will be a Firm Fixed Price, Commercial Service type contract with a not-to-exceed amount of $500,000.00. The contract will be awarded to the offeror whose quote is evaluated as the most advantageous to the Government, considering factors such as past performance, professionally trained for type of work, capacity to accomplish the work in the required time, location in the general geographical area of the project, and cost/price. The solicitation documents will be available on or about June 20, 2022, on the SAM.gov website. Offerors must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) system to be eligible for contract award. This procurement is a 100% Small Business set-aside. For more information, contact Katrina Chapman at katrina.l.chapman@usace.army.mil.

    Files
    Title
    Posted
    Similar Opportunities
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    Fort Johnson Vertical Constructon MATOC 8a Pool
    Active
    Dept Of Defense
    This is a Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY's W076 ENDIST FT WORTH office for a 100% Small Business 8(a) Set-Aside contract, targeting 8(a) firms nationwide. The procurement is for a Fort Johnson Vertical Construction Multiple Award Task Order Contract (MATOC) in Louisiana, with a focus on commercial and institutional building construction (NAICS code 236220). The contract aims to establish an IDIQ MATOC for up to five small businesses, with a shared capacity of $95M, primarily to support facilities construction and repair at Fort Johnson (formerly Fort Polk), though it may also support other USACE programs within the Southwestern Division. The construction program will involve various projects like police stations, flight control towers, and maintenance facilities, encompassing both Design-Build and Design-Bid-Build methods. The RFP is expected to be issued around April 29, 2024, and the contract will have a base period of seven years. Task orders will be issued as Firm Fixed Price or Fixed Price Incentive Firm, and each awardee will have a fair chance to compete for them. The minimum guarantee amount is $2,500, and contractors must adhere to Davis-Bacon Act wage and benefit requirements. Interested firms must be registered in SAM.gov and monitor the website for solicitation amendments.
    PRHTA - Landslide Repairs PR ER DOT PRMNT RPR (22)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a potential design-build construction contract focused on landslide repairs in Jayuya, Puerto Rico. The project involves the design and construction of repairs at multiple sites affected by hurricanes Irma and Maria, including tasks such as embankment reconstruction, drainage improvements, and compliance with the National Environmental Policy Act (NEPA). This initiative is crucial for restoring infrastructure and ensuring safety in the region, with an estimated project cost between $20 million and $30 million. Interested prime contractors must submit their qualifications electronically by September 23, 2024, to Rubrena Johnson at eflhd.contracts@dot.gov, as this announcement serves as a Sources Sought notice and is not a formal request for proposals.
    Mansfield Trail Superfund Site OU2
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Remedial Action Operable Unit 2 at the Mansfield Trail Superfund Site (MTSS) through an Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC). The contract aims to provide a continuity of personnel and institutional knowledge for effective soils and groundwater remediation, encompassing tasks such as site definition, studies, decision documents, designs, and environmental remediation. This procurement is crucial for ensuring a streamlined response to environmental challenges at the MTSS, with a total contract capacity of $49 million. Interested small businesses must be registered in the System for Award Management (SAM) under NAICS Code 562910 and can access the solicitation documents online after July 26, 2024. For further inquiries, contact Steven Lawson at steven.a.lawson@usace.army.mil or Teresa Kelly at teresa.l.kelly@usace.army.mil.
    FY 2024 IDIQ SATOC Atchafalaya Basin, Gulf Intracoastal Waterway (GIWW) and Miscellaneous Projects Cutterhead Dredge (OM24065)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Other Heavy and Civil Engineering Construction services for the FY 2024 IDIQ SATOC Atchafalaya Basin, Gulf Intracoastal Waterway (GIWW) and Miscellaneous Projects Cutterhead Dredge (OM24065). This solicitation will be issued as an Invitation for Bid (IFB) and the resulting contract will be a firm fixed price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a ceiling of $40M. The work involves providing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and disposal of shoal material in various Dredging Regions. The solicitation will be available on the SAM website and bidders must maintain an active registration in the SAM database to be eligible for the contract award. For more information, contact Karen Hargrave at karen.d.hargrave@usace.army.mil or Christopher Nuccio at christopher.m.nuccio@usace.army.mil.
    Craney Island Earthwork IDIQ FY24
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Craney Island Earthwork IDIQ project in Portsmouth, VA. The project involves site maintenance and improvements at CIDMMA, a confined upland dredge material placement site. The work includes excavation, reclamation, transport of materials, and construction of site improvement infrastructure projects. The contract will be a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with multiple task orders expected. The estimated value of the contract is $75,000,000. The procurement is set aside for small businesses. The solicitation is anticipated to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in February 2024 for a 30-day period. Interested firms should monitor the website for updates.
    OCONUS LOGISTICS SERVICE SUPPORT PUERTO RICO AND VIRGIN ISLANDS
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the OCONUS Logistics Service Support in Puerto Rico and the Virgin Islands under solicitation number 47QSCC24R0020. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for sourcing, warehousing, and delivering commercial items, including office supplies and hardware, with delivery timelines of 5 business days for Puerto Rico and 7 business days for the Virgin Islands. This contract is crucial for ensuring timely logistics support to federal civilian and Department of Defense (DoD) customers in these regions. Interested contractors should contact Dominic L. Lackey at dominic.lackey@gsa.gov or Valeriya Orlova at Valeriya.Orlova@gsa.gov for further details, with a minimum guaranteed contract value of $20,000 and proposals due following the amendment issued on August 30, 2024.
    54--La Fortaleza Wall Scaffolding, San Juan NHS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking a contractor to provide scaffolding services for the La Fortaleza Wall at the San Juan National Historic Site in Puerto Rico. The contractor will be responsible for designing, erecting, assembling, and installing OSHA-compliant scaffolding necessary for masonry repairs on specified sections of the historic wall, with all work to be completed within 92 days of contract award. This project is significant for preserving the historical integrity of the site and enhancing visitor safety, with a total contract value anticipated to be capped at $40 million. Interested small businesses must submit their quotes by September 12, 2024, and can direct inquiries to David Clark at davidclark@nps.gov or by phone at 602-989-9775.
    SOUTH ATLANTIC DIVISION REGIONAL SMALL BUSINESS MULTIPLE AWARD TASK ORDER CONTRACT FOR MAINTENANCE DREDGING
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is seeking qualified small businesses for a Multiple Award Task Order Contract (MATOC) focused on maintenance dredging within the South Atlantic Division (SAD) boundaries. The contract aims to establish a pool of contractors capable of performing dredging and surface cleanup activities, with a maximum combined capacity of $400 million and individual task orders valued between $1 million and $25 million. This procurement is critical for maintaining navigable waterways and supporting environmental management efforts in the region. Interested vendors must register on the Sam.gov website to receive updates and submit proposals by the due date of September 16, 2024, following the solicitation release on August 15, 2024. For further inquiries, contact Timothy Humphrey at 904-232-1072 or via email at TIMOTHY.G.HUMPHREY@USACE.ARMY.MIL.
    Professional Services to Conduct Various Cultural Resources Investigations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to provide professional cultural resources services under a Combined Synopsis/Solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). The primary objective is to conduct various cultural resources investigations, including studies, surveys, archival research, and report preparation, to ensure compliance with the National Historic Preservation Act (NHPA) across the Mississippi Valley Division. This contract, valued at a maximum of $20 million over five years, will support the preservation and protection of cultural resources while adhering to federal regulations and best practices in archeological research. Interested firms must submit proposals by 11:00 AM CST on September 11, 2024, and can direct inquiries to Bambi Raja at Bambi.L.Raja@usace.army.mil or Veronica F. Garner-Flint at Veronica.Garner-Flint@usace.army.mil.