Title Abstract Search and Settlement/Closing Services in Indiana
ID: 12FPC425Q0014Type: 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), through the Natural Resources Conservation Service (NRCS), is seeking qualified contractors to provide title abstract search and settlement/closing services for conservation easements in Indiana. The procurement aims to facilitate the acquisition of conservation easements by requiring contractors to perform comprehensive title searches, resolve title exceptions, manage escrow funds, and ensure compliance with state and federal regulations. This initiative is crucial for supporting environmental stewardship and agricultural conservation efforts, ensuring that land acquisitions are conducted legally and efficiently. Interested small businesses must submit their quotes by January 23, 2025, with a performance period spanning from February 1, 2025, to January 31, 2030. For further inquiries, potential bidders can contact Crystal Baird at crystal.baird@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA's Natural Resources Conservation Service (NRCS) in Indiana is seeking contractor services for title abstract searches and settlement/closing services related to conservation easements. This Statement of Work outlines the contractor's responsibilities, which include providing title commitments, clearing title exceptions, holding escrow, and managing closing documentation for various USDA programs that authorize easement acquisitions. The contractor must be knowledgeable about state laws, licensed in title insurance, and capable of securing the necessary documents while maintaining confidentiality. Timely performance is critical, with specific deadlines for title searches and closing services outlined. The document underscores the importance of compliance with federal regulations, confidentiality, and conflict of interest management in the acquisition process. Overall, this initiative supports conservation efforts by facilitating the acquisition of easements from willing landowners, aimed at protecting environmental resources.
    The Past Performance Information Questionnaire is a request from the USDA FPAC Business Center for feedback on a contractor’s performance. This document is part of the solicitation process and aims to assess the contractor’s adherence to contract requirements. Respondents are asked to provide their rating for various performance areas, such as meeting contract deliverables, timely submissions, and the execution of the Performance Work Statement. A rating scale from 0 (Unsatisfactory) to 4 (Outstanding) is employed, with a requirement for narrative explanations for any ratings below 2. The questionnaire also includes questions regarding the contractor’s ability to resolve issues, manage stakeholder relationships, and an overall assessment of performance. The feedback collects critical data that aids in evaluating the contractor for future award considerations, thereby ensuring compliance with standards in federal RFPs and grants. The document emphasizes the importance of detailed assessments to inform decisions related to contractor hires in subsequent projects.
    The USDA Natural Resources Conservation Service (NRCS) requires title abstract and settlement services for conservation easements in Indiana, facilitating the acquisition of such easements for environmental and agricultural benefits. The contractor must perform comprehensive title searches, resolve title exceptions, hold escrow funds, obtain signatures, and ensure compliance with relevant state laws regarding real estate transactions. Specific tasks include providing title commitments, updates based on legal descriptions, and final title insurance policies, adhering to strict timelines. The contractor must maintain confidentiality of all sensitive information and avoid any conflicts of interest. The work is conducted at the contractor's facilities, with invoicing submitted electronically after task completion. Each aspect of the process, including the initial and updated title searches and closing services, has defined due dates crucial for successful operations. Overall, this initiative highlights NRCS’s commitment to environmental stewardship through legal and financial frameworks for conservation easements.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) in Indiana requires title search and closing services for various conservation easement programs. These services include obtaining title commitments, clearing exceptions, escrow management, obtaining necessary signatures, and ensuring compliance with federal laws and NRCS requirements. Contractors must perform standard commercial closing procedures, maintain current knowledge of Indiana's legal requirements, and be licensed for title insurance in the state. Key deliverables consist of preliminary and final title commitments, closing services within specified timelines, and issuance of title insurance to the United States. The contractor is responsible for identifying all encumbrances on the property and must complete IRS Form 1099 reporting. Payments are conditioned upon the successful completion of deliverables. Additionally, the agreement emphasizes requirements for confidentiality, civil rights compliance, and addressing potential conflicts of interest. This document outlines the structured process for contractors seeking to provide essential services as part of federal programs aimed at environmental conservation, illustrating the intricacies of government contracting and compliance with legal standards.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines the requirements for closing agents involved in various easement programs. These programs include the Agricultural Conservation Easement Program (ACEP, specifically Agricultural Land and Wetland Reserve Easements), the Emergency Watershed Protection Program, and the Healthy Forest Reserve Program. The document specifies that closing agents must be licensed, have liability insurance covering federal funds, and comply with state laws regarding real estate transactions. Key responsibilities of the closing agent include ensuring title clearance, providing insurance and indemnification, delivering closing documents to NRCS, and adhering to closing timelines. The agent must verify no adverse title changes before the transaction closes and record the easement deed promptly. For ACEP-ALE transactions, additional steps like obtaining a valid DUNS number and managing escrow accounts are specified. The file emphasizes the importance of protecting federal interests in no-cost transactions while ensuring compliance with regulatory mandates. These closing agent requirements are fundamental for facilitating the purchase of conservation easements and ensuring proper use of federal funds in these conservation efforts. Compliance helps safeguard the integrity of the programs and the interests of the United States.
    The document outlines the closing instructions for acquiring a Wetland Reserve Easement through the Agricultural Conservation Easement Program (ACEP-WRE) by the Natural Resources Conservation Service (NRCS). It specifies that the closing agent is responsible for ensuring compliance with state laws, obtaining necessary insurance, and maintaining proper documentation throughout the closing process. The agent must also secure a valid DUNS number and be registered in the System for Award Management (SAM). Key tasks include examining the title, executing the ACEP-WRE Warranty Easement Deed, and ensuring funds are disbursed according to federal requirements. The closing agent must record all necessary documents and provide the NRCS with detailed reports post-closing, including a title insurance policy and IRS tax forms. The document emphasizes accountability, proper management of federal funds, and adherence to established regulations for a successful transaction related to this conservation program, highlighting its purpose to preserve wetland environments in the United States.
    The document outlines a Request for Quotation (RFQ) from the U.S. Department of Agriculture (USDA) for Title Abstract Search and Settlement/Closing Services in Indiana, designated under solicitation number 12FPC425Q0014. It details the acquisition process for small businesses specializing in title abstract and settlement services in support of conservation easements for land acquisitions. The contract is structured as a firm-fixed-price blanket purchase agreement, intended for a five-year performance period from February 1, 2025, to January 31, 2030. Key requirements include providing preliminary title commitments, closing services, and compliance with government regulations. The submission of offers is evaluated based on technical capability and past performance, with an emphasis on initial submissions reflecting the best pricing and technical proposals. The document mandates that interested firms be registered in the System for Award Management (SAM) and provides extensive evaluation criteria focused on technical expertise, past project experience, and specific documentation handling processes. The RFQ is fundamentally aimed at enhancing government operations while ensuring compliance with regulations and supporting small business participation.
    The government solicitation 12FPC425Q0014 seeks quotes for title abstract search and settlement services in Indiana, focusing on requirements for acquiring conservation easements for the U.S. Department of Agriculture (USDA) Natural Resources Conservation Service (NRCS). The solicitation is aimed solely at small businesses, and the prospective performance period is set from February 1, 2025, to January 31, 2030. Offerors must provide a quote structured in two parts: a technical narrative addressing their capability and past performance in similar projects, and a separate price quote. Important evaluation criteria prioritize technical capability and past performance over pricing. The notice outlines several required services, including preliminary title commitments and closing services with specific pricing arrangements to be negotiated at the order level. Compliance with various Federal Acquisition Regulations (FAR) and clauses is also mandated, ensuring adherence to business ethics and legal standards throughout the contracting process. Questions must be submitted by January 3, 2025, and quotes are due by January 23, 2025.
    The document is an amendment to solicitation number 12FPC425Q0014, issued by the USDA FPAC Business Center, modifying the terms of the original solicitation. Key updates include the incorporation of a revised Performance Work Statement and Combined Synopsis Solicitation that allows the use of government purchase cards as a payment method for this project. Specific revisions entail adjustments in Section (vi), indicating that the price for CLIN 0004 will be negotiated at each call order level, and changes in Section (xvi), establishing a new quote due date of January 23, 2025, at noon ET. Additionally, the clause "FAR 52.232-36 Payment by Third Parties" has been included to facilitate the payment process with government purchase cards. The period of performance for the contract spans from February 1, 2025, to January 31, 2030. The amendment emphasizes that aside from these changes, all other terms and conditions of the solicitation remain unchanged and in effect. The document is structured to outline authorization, required actions for acknowledgment of changes, and detailed descriptions of modifications, ensuring transparency and clarity for potential contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USDA Natural Resources Conservation Service (NRCS) Conservation Agile Software Delivery
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Natural Resources Conservation Service (NRCS), is seeking a sole source contract for Conservation Agile Software Delivery services. This procurement aims to establish a short-term bridge task order to ensure continuity of services during the transition to a new competitively awarded contract, specifically for the Olympia Agile Release Train. The bridge contract, valued as a firm fixed-price task order, will be executed with TSPi for a base period of six weeks, from January 17, 2023, to February 27, 2023, replacing the expiring services under call order 12314421F0779. Interested parties can reach out to Corey Murzyn at corey.murzyn@usda.gov or call 970-295-5694 for further details.
    USDA Natural Resources Conservation Service (NRCS) Conservation Agile Software Delivery
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Natural Resources Conservation Service (NRCS), is seeking a sole source contract for Conservation Agile Software Delivery services. This procurement aims to establish a short-term bridge task order to ensure continuity of services for the NRCS's ongoing software delivery activities, which are critical to the mission of the Farm Production and Conservation (FPAC) mission. The bridge contract will be awarded to Alethix LLC under their GSA Schedule, covering a 6-week base period from January 17, 2023, to February 28, 2023, and will replace the expiring services of the current contract. Interested parties can reach out to Corey Murzyn at corey.murzyn@usda.gov or by phone at 970-295-5694 for further information.
    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.
    Red-cockaded woodpecker Monitoring
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide monitoring and inventory services for the Red-cockaded Woodpecker (RCW) on the Croatan National Forest in North Carolina. The contractor will be responsible for furnishing all necessary equipment, labor, transportation, and supervision to conduct RCW cluster and tree inventories, group checks, project-level inventories, and the painting and tagging of RCW trees, with the goal of monitoring 100% of known clusters annually. This initiative is crucial for the conservation of the RCW species, which is listed as endangered, and involves detailed data collection and adherence to specific protocols outlined in the contract. Quotes are due by December 18, 2025, at 2:00 PM ET, and interested parties should contact Marian Feist at marian.feist@usda.gov for further information.
    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.
    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.
    Janitorial Services – Redbird Ranger Station
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking bids for janitorial services at the Redbird Ranger Station located in Big Creek, Kentucky. The contract requires comprehensive cleaning services, including twice-weekly cleaning, monthly dusting, and semi-annual deep cleaning, all in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    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.
    Appraisal Services for SLW (TRACT 34, R, 1), Sacra
    Interior, Department Of The
    The Department of the Interior is seeking qualified appraisers to provide land appraisal services for a 386.58-acre tract located approximately 8 miles southwest of Elk Grove, Sacramento County, California, intended for the Stone Lakes National Wildlife Refuge. The procurement requires offerors to possess a current California certified general appraiser license, demonstrate experience with comparable agricultural properties, and adhere to federal appraisal guidelines, including USPAP and UASFLA. This total small business set-aside contract, classified under NAICS Code 531320 and PSC R411, is crucial for ensuring accurate valuation of land for conservation purposes. Quotes are due by December 15, 2025, at 15:00 MS Time, and interested parties can contact Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391 for further information.