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
  1. 1
    Posted Dec 16, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 5:00 PM UTC
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
Jan 16, 2025, 5:05 PM UTC
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.
Jan 16, 2025, 5:05 PM UTC
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.
Jan 16, 2025, 5:05 PM UTC
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.
Jan 16, 2025, 5:05 PM UTC
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.
Jan 16, 2025, 5:05 PM UTC
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.
Jan 16, 2025, 5:05 PM UTC
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.
Jan 16, 2025, 5:05 PM UTC
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.
Jan 16, 2025, 5:05 PM UTC
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
Chequamegon-Nicolet National Forest - Gravel Crushing Service
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking quotes for gravel crushing services within the Chequamegon-Nicolet National Forest in Wisconsin. The project involves the crushing, stockpiling, and testing of aggregate from designated government sources, with tasks divided into East and West Zones of the forest. This procurement is crucial for maintaining the infrastructure of the national forest, ensuring that necessary materials are available for road and trail maintenance. Interested small businesses must submit their proposals by April 25, 2025, via email to Scott Beeman at scott.beeman@usda.gov, and adhere to federal wage determinations that set minimum wage rates and benefits for workers involved in the project.
Landscaping Service for Salinas, CA
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide landscaping services for its facility in Salinas, California. The procurement involves comprehensive landscaping maintenance, including scheduled visits for tasks such as edging, trimming, and weed control, with an emphasis on maintaining a well-groomed appearance and compliance with federal, state, and local regulations. This initiative is crucial for enhancing the aesthetics and functionality of the USDA's facility, ensuring a safe and appealing environment for its operations. Interested small businesses must submit their quotations electronically by the specified deadline, with all inquiries directed to Lam Pham at lam.pham@usda.gov. The solicitation number is 12905B25Q0042, and the contract period is set from May 14 to August 14, 2025, with additional options for extended service.
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.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.
55--INDU Lumber
Buyer not available
The U.S. Department of the Interior, through the National Park Service, is seeking quotations for the supply and delivery of lumber to support maintenance projects at Indiana Dunes National Park in Porter County, Indiana. The procurement specifically requires various types of pressure-treated Southern Pine lumber for the Bailly/Chellberg Trail boardwalk, with strict specifications regarding dimensions, moisture content, and a minimum one-year warranty on the materials. This initiative underscores the government's commitment to maintaining national park infrastructure while promoting opportunities for small businesses, as the solicitation is set aside for total small business participation. Proposals are due by April 25, 2025, and interested vendors should contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500 for further details.
Rocky Mountain Region 2 AE Cadastral Boundary Surveying Services IDIQ
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide non-personal Architect-Engineer (A-E) services through up to five Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for cadastral boundary surveying within the Rocky Mountain Region. The selected firms will be responsible for a range of professional land surveying services, including retracement of land surveys, boundary marking, and geodetic control surveys, primarily across designated National Forests and Grasslands in Colorado, Wyoming, South Dakota, Nebraska, and Kansas. This procurement is crucial for maintaining accurate land boundary management and supporting the USDA's objectives in efficient natural resource management. Interested firms must submit their qualifications by May 13, 2025, with a total contract value not exceeding $4 million, and should contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further information.
Fertilizer and application of hayfields at Ninemile Ranger District
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide fertilization services for hayfields at the Ninemile Ranger Station in Lolo National Forest, Montana. The procurement involves applying pelletized fertilizer to 219 acres across ten designated locations, adhering to a specific nutrient ratio and application standards, with services to be completed by May 31, 2025. This initiative is crucial for maintaining the health of the ranger station's hayfields, emphasizing the government's commitment to natural resource conservation while promoting small business participation. Interested contractors must submit their proposals, including a technical and price proposal, by April 29, 2025, and can direct inquiries to Contract Specialist Sarah Cotton at sarah.cotton@usda.gov.
R--EHW (39) Perry Smith Family, Ltd., AVIS Number: F2
Buyer not available
The U.S. Department of the Interior is soliciting qualified small businesses to provide appraisal services for approximately 1,364.02 acres of non-federal, semi-improved, encumbered land located in Okeechobee County, Florida, on behalf of the U.S. Fish & Wildlife Service. The procurement aims to secure a firm-fixed price quote for a comprehensive land appraisal that adheres to the Uniform Standards of Professional Appraisal Practice (USPAP) and the Uniform Appraisal Standards for Federal Land Acquisitions (UASFLA). This appraisal is crucial for federal land acquisition initiatives and requires the selected contractor to deliver an initial report within 60 days of award, followed by a review and final revision phase. Interested parties must submit their quotes by April 25, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
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.