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
    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.
    Fort Johnson Vertical Construction MATOC HUBZone Pool
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Vertical Construction MATOC HUBZone Pool, aimed at establishing a Multiple Award Task Order Contract (MATOC) for vertical construction projects at Fort Johnson, Louisiana. This presolicitation notice indicates a target of five HUBZone small businesses to compete for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass various construction and renovation projects, including facilities such as a police station, flight control tower, and barracks. The anticipated contract value is $75 million, with a minimum guarantee of $2,500, and the Request for Proposal (RFP) is expected to be issued around September 30, 2024. Interested firms must ensure they are registered with the System for Award Management (SAM) and can contact Demetrius Brooks or Calvin Fogle for further information.
    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.
    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.
    BRIDGE REPLACEMENTS IN CANOVANAS - PR ER PRMNT RPR(1)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the design and construction of bridge replacements in Canovanas, Puerto Rico, specifically targeting Bridge No. 606 on Route PR-962 and Bridge No. 653 on Route PR-957. This project aims to replace temporary modular bridges that were installed following damage from Hurricanes Irma and Maria, with a focus on ensuring compliance with current PRHTA standards and enhancing resilience against future weather events. The estimated project cost ranges from $20 million to $30 million, and interested firms must submit their qualifications by October 2, 2024, to be considered for this Total Small Business Set-Aside opportunity. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or call 703-948-1407.
    OCONUS LOGISTICS SERVICE SUPPORT PUERTO RICO AND VIRGIN ISLANDS
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide OCONUS logistics service support in Puerto Rico and the Virgin Islands. The contractor will be responsible for sourcing, warehousing, and delivering a range of commercial items, including office supplies and cleaning products, with delivery timelines of five business days for Puerto Rico and seven for the Virgin Islands. This procurement is critical for ensuring timely and efficient supply chain operations for federal civilian and Department of Defense (DoD) customers in these regions. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Dominic L. Lackey at dominic.lackey@gsa.gov or Valeriya Orlova at Valeriya.Orlova@gsa.gov.
    Y1DA--EHRM Infrastructure Upgrades Construction San Juan
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide construction services for the EHRM Infrastructure Upgrades project at the San Juan VA Medical Center in San Juan, PR. The project includes general construction, infrastructure upgrades, and renovations to existing spaces. The upgrades will involve electrical, bonding, UPS, building management system interfaces, HVAC, communication, physical security upgrades, and fiber infrastructure backbone campus wide. The project also includes data center WAN updates and hazardous material abatement. The solicitation will be issued as an Invitation for Bid (IFB) and will be evaluated in accordance with FAR Part 14. The period of performance is approximately 1129 calendar days. The magnitude of construction is between $50,000,000 and $100,000,000. All questions must be submitted in writing to thomas.council@va.gov.
    Construction Requirements Contract
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Defense Logistics Agency is seeking a Construction Requirements Contract for the repair or alteration of other warehouse buildings at DLA Distribution Susquehanna (DDSP), New Cumberland and Mechanicsburg PA Sites. The contract will be a five-year multiple award Indefinite Delivery Indefinite Quantity (ID/IQ) contract with a total combined contract value of $45,000,000. The work will include various construction/building related efforts such as industrial, recreational, general, alteration, maintenance, repair, design/build, and new projects. The contract will be set aside for small businesses, with reservations for Women Owned Small Business (WOSB), Service-Disabled Veteran Owned Business (SDVOSB), and Historically Underutilized Business Zone Business (HUBZone). The solicitation is expected to be issued on or around April 15, 2024, and the contract ordering period is anticipated to be from August 1, 2024, through July 31, 2029. The minimum ordering limitation per task order will be $3,500.00, and the maximum ordering limitation per task order will be $7,000,000.00. Task orders will generally range between $50,000.00 and $300,000.00. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov to be considered for award.