Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
MODIFICATION

R -- Title Abstract Settlement-Professional Services

Notice Date
4/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Alabama State Office, 3381 Skyway Drive, Auburn, Alabama, 36830
 
ZIP Code
36830
 
Solicitation Number
AG-4101-S-15-0002
 
Point of Contact
MARGARET A GONZALES, , TAMERA SAWYER,
 
E-Mail Address
margaret.gonzales@al.usda.gov, Tamara.Sawyer@va.usda.gov
(margaret.gonzales@al.usda.gov, Tamara.Sawyer@va.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. The United States Department of Agriculture (USDA)-Natural Resources Conservation Services (NRCS) is releasing this combined synopsis/solicitation electronically only. This on-line version of the Request for Quote (RFP) is the official version for this acquisition. This announcement constitutes the only solicitation; in cases of conflict between the electronic (on-line) version of this RFP and any downloaded version of the RFP, the on-line RFP prevails. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS website. The email addresses for submission of all questions are Margaret.gonzales@al.usda.gov. All questions must be received no later than Monday, 12 May 2015. The complete package is scheduled to be published on Thursday, 16 April, 2015. Offerors shall pay close attention to the instructions listed in Please pay close attention to Section B, K, L and M. These Sections must be submitted properly. Please do not forget to complete Section L (See Section L as these evaluation factors will be scored). All references must contain (Company Name, Address, Point of Contact name, telephone number [mobile and business], and e-mail address, DUNS#, and TIN). All performance questionnaires must be complete and contain all relevant information as identified in Section L of this solicitation and email to the assigned contracting officer not later than the closing date established in this solicitation and to Margaret.gonzales@al.usda.gov. Solicitation Number AG-4101-S-15-0002 is issued. THIS SOLICITATION IS BEING ISSUED AT A 100% TOTAL SMALL BUSINESS SET-ASIDE. Offerors shall complete attached RFP block 13, 14, 15, 16, sign the quote and any amendment issued. Offerors shall complete the price schedule section B of the RFP for the base year and all option years by entering unit price and calculated total amount. Award date is expected to be not later than Friday, 6 June, 2015. The NAICS code assigned to this project is 541191 and the size standard is $11.0 Million. Seeking services under the "Title Abstract Settlement" heading; and under the PSC code assigned as "R499 or Professional Services" category. The Government anticipates this solicitation will result in the award of a Firm Fixed Price Indefinite Quantity Indefinite Delivery Contract with base and four (4) Option Year. The estimated commencement date of the contract is June 6, 2015. The objective of this contract is to obtain preliminary title searches, title commitments, final title policy, and closing services for acquisitions of easements on behalf of the United States of America (U.S.), acting by and through the U.S. Department of Agriculture (USDA), Natural Resources Conservation Service (NRCS). Work will be performed for easement acquisitions in ALL Alabama counties; however, for the purposes of this agreement they will be divided by three (3) parts of the state. The division will be 1) North Central area, 2) Western Area, and 3) Eastern Area. Each Offeror will need identify his/her area of interest and submit a pricing proposal for each zone or area (North Central, Western, and/or Eastern). FAR 52-212-1, Instructions to Offerors-Commercial is incorporated by full-text and applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. Fill-ins for FAR 52.212-2 are as follows: Award will be made to the offerors (1) whose proposal is technically acceptable and (2) whose technical/cost relationship is the most advantageous to the Government. While cost is secondary to technical, it will be a factor in the award decision. The critical factor in making any cost/technical trade-off is not the spread between the technical scores, but rather what is the significance of that difference. The significance of the spread in scores will be determined on the basis of what that difference might mean in terms of performance and what it would cost the Government to take advantage of it. Awards may not necessarily be made to that offeror submitting the lowest offer. Also, award may not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. The Government reserves the right to make cost/technical trade-offs that are in the best interest and to the advantage of the Government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.204-7, Offerors MUST register in the System for Award Management (SAM) data base. See FAR 52.212-4 (t) and Online Representations and Certifications Applications (ORCA) - See FAR clause 52.212-3. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. These are now consolidated at the following site: https://www.sam.gov/portal/public/SAM/. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is Thursday, May 15, 2015. All quotes must be received by 4:00 p.m. Central Time. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offerors shall submit four (4) copies of their quote and the Representations and Certifications (FAR 52.212-3) in person, or mail to the following address: USDA-NRCS, Attn: AQM, Contracting Officer, 3381 Skyway Drive, Auburn, AL 36830-6443. Offerors are reminded to insure your FEDEX, UPS or DHL package arrives on time. The NRCS office is open from 8:00-4:00 P.M. Monday through Friday for drop off if needed. Any questions concerning this requirement should be addressed to the individual indicated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/ALSO/AG-4101-S-15-0002 /listing.html)
 
Place of Performance
Address: State of Alabama, All Counties, United States
 
Record
SN03685742-W 20150403/150401235019-9f4e7d3cc4bca09dfa3b513977ebf8a9 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.