Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2004 FBO #0899
SOLICITATION NOTICE

R -- Real Estate Title Services, Atchafalaya Basin Floodway System Project, Iberville, St. Martin, St. Mary, St. Landry, Pointe Coupee and Iberia Parishes, Louisiana

Notice Date
5/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-04-R-0020
 
Response Due
7/1/2004
 
Archive Date
8/30/2004
 
Point of Contact
Sheila Enclade, 504-862-1514
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans
(sheila.w.enclade@mvn02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is advertised as a 100% SMALL BUSINESS SET-ASIDE. The U. S. Army Corps of Engineers District, New Orleans, LA, has a requirement for Real Estate Title Services in support of the Atchafalaya Basin Floodway System Project, Iberville, St. Martin, St. Mary, St. Landry, Pointe Coupee and Iberia Parishes. Solicitation No. W912P8-04-R-0020. The Corps intends to award 2 indefinite delivery, indefinite quantity task order contracts with a minimum of 10 tracts per contract and a maximum of 5 00 tracts. Tracts will be ordered by delivery orders placed during a 5-year period. The term of the contract will be one (1) year with options for four (4) more years. The award will be based on the best value to the Government considering price and oth er factors. The following evaluation factors shall be utilized: Technical experience, specialized title experience, expert witness or title litigation experience and past performance/references. A higher emphasis is placed on technical experience and pa st performance/references than the other factors. Both are significantly more important than cost. In addition to the evaluation factors stated above, there are three go/no go evaluation factors: The go/no go factors are mandatory requirements. The bid der must affirmatively demonstrate the following qualification in order for the bidder to be considered: a. Bidder must be a direct agent for a Title Company that is a member of the American Land Title Association. b. Bidder must be able to demonstrate the capacity to produce 15 title binders in a 60-day period. c. Bidder must either be an attorney or have an attorney-at-law on staff, who is an active member of the Louisiana Bar Association, who will review the chain-of-title and title binders prior t o submission to the Government, and is capable of providing expert witness services in court, if needed. The attorney must provide a Certificate of Good Standing from the Louisiana Supreme Court in the bidder??????s proposal package. The contract area is located in Iberville, St. Martin, St. Mary, St. Landry, Pointe Coupee, and Iberia Parishes, LA. The approximate acreage to be acquired from private landowners for this portion of the project consists of approximately 200,000 acres of Environmental Protec tion and Developmental Control Easement; Perpetual Flowage, Environmental Protection and Developmental control Easement, with a possible minute percentage of ownership tracts in Fee, subject to a reservation of mineral in favor of the Vendor. The contract or will provide Interim Binders with chain of Title through the designated contract period and provide Intermediate Certificates and/or endorsements as needed. If/when the Government completes negotiations with the landowners and acquires the subject prop erty, Final Title Insurance will be ordered. The total estimated value of the required property interest for this project is $1,500,000.00 per contract. The U. S. Department of Justice imposes the following minimum qualifications on contractors who are no t title companies but are attorneys or direct agents of title companies: Each contractor must submit a written commitment from a title company authorized and qualified to issue such policies in the state where the land is located. Requests for Proposals will be issued on or about 1 June 2004. Interested parties shall make requests for this solicitation in writing to the address above, or by FAX, to the attention of Sheila Enclade, FAX No. 504-862-2889, or register to receive the RFP at: www.mvn.usace.ar my.mil. TELEPHONE REQUESTS WILL NOT BE ACCEPTED. NAICS code is 541191; small business size limit is $6,000,000.00.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00583979-W 20040513/040511212343 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.