Blanket Purchase Agreement for Title Abstract Search and Settlement/Closing Services in Rhode Island
ID: 12FPC425Q0028Type: 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 for conservation easement acquisitions in Rhode Island. The procurement aims to secure comprehensive services, including title searches, commitments, and closing services, essential for the USDA's Natural Resources Conservation Service (NRCS) to facilitate land conservation efforts. This opportunity is particularly important as it supports various conservation programs, ensuring compliance with federal regulations and the protection of U.S. interests in land management. Interested firms must submit their proposals by noon on February 10, 2025, with the contract period extending from February 17, 2025, to February 16, 2030. For further inquiries, potential bidders can contact Crystal Baird at crystal.baird@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Natural Resources Conservation Service (NRCS) seeks contractors for title abstract and settlement/closing services concerning conservation easements in Rhode Island. This work supports various programs aimed at restoring and protecting land, including the Agricultural Conservation Easement Program. The contractor is responsible for performing title searches, clearing title exceptions, updating title commitments, holding escrow funds, obtaining necessary signatures, recording documents, and providing final title insurance policies. All services must comply with state laws regarding real estate transactions and title insurance and be completed within specified timelines. The document outlines general requirements such as non-personal services, contractor qualifications, work hours, invoicing procedures, and restrictions against disclosure of sensitive information. Moreover, it stresses the importance of avoiding organizational conflicts of interest. The contract emphasizes the necessity for timely deliverables, as the completion of each task is integral to the acquisition process and the mission of enhancing conservation efforts through easement acquisitions.
    The Past Performance Information Questionnaire, requested by the USDA FPAC Business Center, aims to evaluate the performance of a specific contractor during a federal procurement process. This document outlines a structured rating system, ranging from "Outstanding" (4) to "Unsatisfactory" (0), to assess various aspects of contractor performance, including meeting deliverables, timely submissions, and adherence to contract timelines. Respondents are prompted to provide detailed information such as their name, company details, and contract specifics, along with their ratings for several performance criteria. Moreover, if any rating is below satisfactory, an explanatory narrative is required. A final overall assessment question encourages respondents to consider whether they would hire the contractor again. This questionnaire plays a significant role in gauging contractor reliability and quality in relation to federal grants and RFPs, helping ensure that federal funds are allocated to competent companies.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) requires title search and closing services for easement acquisitions in Rhode Island. This document outlines the Statement of Work (SOW) for contractors engaged in providing these services, which include obtaining title commitments, resolving title exceptions, managing escrow accounts, and preparing documentation for conservation easements. The major easement programs involved are ACEP-WRE, WRP, EWPP-FPE, RCPP, and HFRP. Contractors must adhere to regulations, possess state licensing, and maintain liability insurance. The SOW details the responsibilities of contractors, including the deliverables for title commitments and closing services required within specified timeframes. Payments for services are contingent upon the delivery and approval of these deliverables. Additionally, the document highlights the importance of conflict of interest policies, confidentiality laws, and federal civil rights compliance within the services provided. The NRCS anticipates that contractors will play a crucial role in simplifying the acquisition process of conservation easements, ensuring proper execution, compliant documentation, and the safeguarding of federal interests in land conservation efforts.
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) outlines the Closing Agent Requirements for various easement programs focused on conservation. These requirements are designed to ensure that Federal funds used in purchasing conservation easements are properly managed and protect U.S. interests. Key programs mentioned include the Agricultural Conservation Easement Program (ACEP) for both agricultural lands and wetlands, as well as the Emergency Watershed Protection Program and the Healthy Forest Reserve Program. The document specifies that the closing agent must have expertise in state laws, be licensed for title insurance, and provide liability coverage corresponding to the Federal funds involved. Additionally, closing agents are tasked with numerous responsibilities such as preparing settlement statements, ensuring no new encumbrances affect property titles, and recording finished deeds promptly. They must complete IRS Form 1099 after the transaction, and all easement funds must be returned if the closing does not occur within the stipulated timeframe. The document requires adhering to strict procedural guidelines to maintain accountability and transparency during the acquisition process of conservation easements, indicating the federal commitment to safeguarding environmental resources while also ensuring that financial transactions are handled appropriately.
    The document outlines closing instructions for the acquisition of a Wetland Reserve Easement through the Agricultural Conservation Easement Program (ACEP-WRE), facilitating the transfer of real property title to the United States by warranty easement deed. It specifies the closing agent's responsibilities, including compliance with state laws, title clearance, and maintaining liability insurance. Key steps involve establishing an escrow account, ensuring all conditions are met before closing within 30 days of receiving federal funds, and addressing any title issues. Upon closing, the agent must provide various documentation, including an invoice for closing costs and title insurance policy for the easement amount. The closing agent must not have a financial interest in the property. The instructions aim to ensure that federal funds are appropriately allocated and that the transaction protects the interests of the United States, emphasizing the importance of following operational guidelines and maintaining transparency throughout the process.
    The government file 12FPC425Q0028 outlines a solicitation for Title Abstract Search and Settlement/Closing Services required by the U.S. Department of Agriculture (USDA) in Rhode Island. It is a combined synopsis/solicitation under the Federal Acquisition Regulation (FAR), specifically set aside for small businesses with the NAICS code 541191. The USDA's Natural Resources Conservation Service (NRCS) seeks services including title searches, commitments, and closing services for conservation easement acquisitions, with a contract period from February 17, 2025, to February 16, 2030. Interested firms must submit detailed technical proposals and price quotes based on outlined evaluation criteria that prioritize technical capability and past performance over price. Key submission components include company licensing, service approaches, subcontracting plans, and electronic filing capabilities. Proposals are due by noon on February 10, 2025. The file also specifies contractual obligations, evaluations, terms, and conditions relevant to federal acquisitions, underscoring compliance and the importance of providing quality service to the government. Overall, the document serves as a formal request aimed at obtaining high-quality services from qualified small businesses for federal procurement related to real estate transactions.
    Lifecycle
    Similar Opportunities
    A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-IITF Research Stations 2024
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer (A&E) firms for the 2024 Shortlist for the Southern Research Station (SRS) and Pacific Northwest Research Station (PNW) projects. The procurement aims to establish a Short Selection Database for contracts valued under $250,000, covering a range of engineering services including surveying, construction inspection, and environmental assessments across multiple states and territories. This initiative is crucial for enhancing ecosystem management and sustainability within the USDA's operational areas, with an average of 20 projects expected to be executed annually from this database. Interested firms must submit their qualifications, including a cover letter, A&E Submittal Cover Sheet, current SAM registration, and SF330 forms by March 15, 2024, to Cynthia Granderson at cynthia.granderson@usda.gov, with a cc to Steven Alves at steven.alves@usda.gov.
    VIPR I-BPA for Clerical Support Unit for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the VIPR I-BPA for Clerical Support Unit for Region 13 on a total small business set-aside basis. The procurement aims to secure clerical support services, which are essential for the effective management and operation of forest service activities, particularly in natural resources and conservation efforts. Interested small businesses are encouraged to engage in this opportunity, with Jennifer Travis as the primary contact for inquiries at jennifer.travis@usda.gov or by phone at 970-373-7170. Further details regarding submission deadlines and specific requirements will be outlined in the solicitation documents.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Combined synopsis solicitation is being issued for
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) focused on Pasture Management Services at the Dean Creek Elk Viewing Area in Oregon. This opportunity is specifically set aside for small business vendors and aims to enhance natural resource conservation through activities such as site preparation mowing, teddering, and fuel break raking over a five-year contract period starting June 1, 2025. The selected vendors must demonstrate relevant experience and technical capacity in similar projects, with a submission deadline of April 4, 2025, and inquiries accepted via email until March 21, 2025. Interested parties can contact Traci Thaler at tthaler@blm.gov or (916) 952-5223 for further information.
    VIPR I-BPA for GIS Unit for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for a VIPR I-BPA for GIS Unit for Region 13, aimed at enhancing their surveying and mapping capabilities. This procurement is set aside for small businesses and focuses on providing essential services related to natural resources and conservation, particularly in forest and range fire suppression and presuppression efforts. The selected contractor will play a crucial role in supporting the Forest Service's mission to manage and protect national forests and grasslands. Interested vendors can reach out to Jennifer Travis at jennifer.travis@usda.gov or call 970-373-7170 for further details regarding the solicitation process.
    VIPR I-BPA for Clerical Support Unit for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for a VIPR I-BPA for Clerical Support Unit services for Region 13 on a total small business set-aside basis. The procurement aims to secure clerical support services, including document handling, copying, and scanning, which are essential for maintaining operational efficiency in forest management and conservation efforts. The solicitation emphasizes compliance with labor regulations and operational flexibility, allowing for the use of multi-functional copiers to meet varying demands. Interested contractors can reach out to Jennifer Travis at jennifer.travis@usda.gov or call 970-373-7170 for further details regarding the proposal submission process.
    GMF Reforestation Tree Planting
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GMF Reforestation Tree Planting project within the Green Mountain National Forest in Vermont. This initiative aims to engage contractors for the planting of approximately 15,500 government-furnished seedlings across 45.7 acres, with a focus on enhancing forest ecosystems and promoting sustainable land management practices. The contract period is set from April 14, 2025, to May 22, 2025, with a bid submission deadline of February 20, 2025. Interested contractors should direct inquiries to Michael Simpson at michael.simpson@usda.gov, and proposals must comply with federal labor standards and safety regulations.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting offers for multiple Blanket Purchase Agreements (BPA) for National Type 2 firefighter crews as part of the 2025 Annual Review. The procurement aims to secure commercially available Type 2 qualified wildfire crews to assist with fire suppression and various emergency activities across the United States. This contract is crucial for ensuring effective firefighting services and resource management during wildfire incidents, with a five-year term and annual reviews planned. Interested parties must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services under Request for Quotation W912P925Q0005 for fiscal year 2025. The primary objective of this procurement is to control invasive plant species along the Mississippi and Illinois Rivers, specifically targeting areas within the Riverlands Migratory Bird Sanctuary. This initiative underscores the importance of environmental management and resource restoration, as contractors will be responsible for providing all necessary materials, labor, and supervision while adhering to safety and environmental regulations. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further clarification.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.