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
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Feb 10, 2025, 5:00 PM UTC
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
Jan 17, 2025, 5:05 PM UTC
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.
Jan 17, 2025, 5:05 PM UTC
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.
Jan 17, 2025, 5:05 PM UTC
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.
Jan 17, 2025, 5:05 PM UTC
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.
Jan 17, 2025, 5:05 PM UTC
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
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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 contract encompasses comprehensive landscaping tasks, including maintenance during scheduled visits and additional services as needed, ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining the aesthetic and functional quality of the USDA's modernized facility, reflecting its commitment to environmental standards and safety. 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 an option for four additional months as outlined in Amendment 0001.
Janitorial Services for the Green Mountain National Forest Rochester RD
Buyer not available
The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for janitorial services at the Green Mountain National Forest Rochester Ranger District in Vermont. The contract will cover a base year from July 1, 2025, to June 30, 2026, with two optional renewal years, requiring regular cleaning tasks performed bi-weekly and intensive cleaning every six months to maintain hygiene and cleanliness for approximately 30 employees and 20 daily visitors. This procurement emphasizes the importance of maintaining public health and safety through professional janitorial services, utilizing environmentally friendly products as outlined in the USDA BioPreferred Program. Interested small businesses must submit their proposals by May 21, 2025, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.
Rice for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking bids for the procurement of rice through its Agricultural Marketing Service's Commodity Procurement Program, under solicitation number 12-3J14-25-B-0306. This opportunity emphasizes the inclusion of small businesses, requiring large firms to source products from small businesses if they do not manufacture the goods themselves, and mandates compliance with food safety regulations. The rice will be utilized in domestic food assistance programs, with deliveries expected between July 1 and September 30, 2025, and bids are due by April 30, 2025. Interested vendors must submit their offers via the Web-Based Supply Chain Management System and can contact Terry Lutz at terry.lutz@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
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.
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.
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.
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.
2025 PNW Forest Inventory Analysis (FIA) Ongrid Area 7
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for the 2025 PNW Forest Inventory Analysis (FIA) Ongrid Area 7 contract. This procurement involves the location, installation, and remeasurement of Forest Inventory plots across various federal and state lands in Oregon, Washington, and Idaho, with a focus on adhering to strict quality standards and environmental preservation protocols. The selected contractor will be responsible for delivering digital data, ensuring compliance with safety regulations, and managing access to plots while maintaining confidentiality as outlined in the Non-Disclosure Agreement. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 25, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov.
2025 PNW Field Inventory Analysis Ongrid Areas 1 & 8
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for a Field Inventory Analysis (FIA) contract focused on specific plots located in various national forests across Oregon and Washington. The procurement aims to establish a Firm-Fixed-Price contract for the remeasurement of forest inventory plots, requiring contractors to provide all necessary labor, management, tools, and transportation while adhering to strict quality and safety standards. This initiative is crucial for enhancing forest management and resource analysis, supporting the USDA's commitment to ecological stewardship. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 25, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov or by phone at 971-337-6197.
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.