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
    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.
    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.
    Special Events and Conferences Support BPA - Request for Information (RFI)
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking responses for a Request for Information (RFI) to establish a multiple-award Blanket Purchase Agreement (BPA) for Special Events and Conferences Support. This procurement aims to acquire comprehensive turn-key event production services, including project management, audiovisual support, security, and communications for various events nationwide. The BPA is significant as it will facilitate the USDA's ability to effectively manage and execute special events, with an estimated purchase volume of up to $9.9 million annually, totaling $49.5 million over its lifetime. Interested businesses should submit their capabilities electronically by December 15, 2025, to Garrentt Baca at garrentt.baca@usda.gov or John Flannery at John.Flannery@usda.gov.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    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.
    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.
    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.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.