Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12FPC424Q0080
Combined Synopsis/Solicitation Title and Closing Service USDA NRCS New Hampshire (i) This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance wit...
Combined Synopsis/Solicitation Title and Closing Service USDA NRCS New Hampshire (i) This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number 12FPC424Q0080 is issued as a Request for quotation (RFQ) , and the acquisition procedures at FAR Part 13, are being utilized. The Government anticipates this solicitation will result in a Five (5) Year Firm-Fixed Priced Blanket Purchase Agreement (BPA), to the responsible Contractor(s) whose quote conforms to the solicitation and will be most advantageous to the government. The Government reserves the right not to award any BPA under this solicitation. The estimated award date of the BPA is on or around August 1, 2024. The government will be obligated only to the extent of authorized BPA call orders placed against the resulting BPA(s) and does not guarantee any orders. The government will make awards without negotiations using pricing set forth in the resultant BPAs awarded. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number FAC 2024-05 effective May 22, 2024, and can be found at https://www.acquisition.gov under the current FAR section. (iv) This is a 100% total small business set aside. The NAICS code is 541110 – Office of Lawyers. The small business size standard is $15.5m. For more information on size standards visit http://www.sba.gov/size. (v) Line Items. See Attachment 2 – Price Schedule for BPA contract line item numbers (CLINs). (vi) Description of Requirement. See all attachments for a detailed description of the BPA requirements. Attachment 1 – Statement of Work Attachment 2 – Price Schedule with CLIN descriptions Attachment 3 – Contract Clauses Attachment 4 – Closing Agent Requirements Attachment 5 – ALTA US Policy Form Attachment 6 – DOJ Title Standards (vii) Date(s) and Place(s) of Delivery and Acceptance. Place of performance – Multiple locations throughout the state of New Hampshire. See Attachment 1 - Statement of Work. Individual BPA Call Orders will be placed upon Government need and will provide the details as well as the specific Period of Performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, applies to this acquisition. The following addenda also apply. See attached SF-1449 for Instructions to Offerors. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Products and Commercial Services applies to this solicitation. See attached SF-1449 for required items that must be submitted for Government evaluation. (x) Offerors are required to complete the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services. This must be completed at SAM.gov and the registration in an “Active” status. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services, applies to this acquisition and addenda are not attached. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition and are attached under Attachment 3 – Contract Clauses. (xiii) Additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. See Attachment 3 – Contract Clauses for additional clauses and provisions applicable to this requirement. (xiv) Not applicable. (xv) Due Date for proposals – July 5, 2024 by 2:30 pm EST (xvi) Point of Contact - Chanda Sow, email address – Chanda.sow@usda.gov END OF SOLICITATION