Foreclosure Legal Services & Related Technical Support for the States of North Carolina, South Carolina, and Arkansas

SOL #: 1231ME26Q0001Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Rural Housing Service
RURAL HOUSING SERVICES
WASHINGTON, DC, 20250, United States

Place of Performance

Washington, DC

NAICS

Other Activities Related to Real Estate (531390)

PSC

Legal Services (R418)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 31, 2026, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Department of Agriculture (USDA), Rural Housing Service, has issued a Request for Quotation (RFQ) for Judicial and Non-Judicial Foreclosure Legal Services & Related Technical Support for the states of North Carolina, South Carolina, and Arkansas. This acquisition is a Total Small Business Set-Aside. Quotes are due by March 31, 2026, at noon ET.

Scope of Work

This contract seeks legal counsel to provide post-acceleration default management services for USDA Rural Development. The scope includes comprehensive foreclosure (FCL), eviction, mediation, Real Estate Owned (REO), and bankruptcy services. The contractor will be the sole entity responsible for these services in the specified states, handling up to 100 accounts per state. This pilot program aims to gather data for a future national default management services portfolio.

Key Requirements

Offerors must be licensed law firms in good standing in North Carolina, South Carolina, and Arkansas. The prime offeror itself must hold these licenses; a management company priming with a law firm as a subcontractor is not acceptable. Bidders must demonstrate capability in handling judicial and non-judicial foreclosure processes, contested cases, mediation, evictions, and deficiency judgments, along with experience in federal loan foreclosure, bankruptcy, and eviction under state and federal law. Real-time case status reporting and consistent case management are essential. A Program Management Plan (PMP) and a Quality Control Plan (QCP) are required submissions. Attorneys must be identified by name, bar number, and state in a staffing matrix.

Contract Details

This is a combined synopsis/solicitation issued as an RFQ. The government intends to make one award, structured as a firm-fixed-price purchase order with time-and-materials line items. The anticipated period of performance is one year. The applicable NAICS code is 531390 (Other Activities Related to Real Estate) with a small business size standard of $19.5 million.

Submission & Evaluation

Quotes are due no later than March 31, 2026, at noon ET. Questions regarding the solicitation are due by March 17, 2026, at 12:00 PM ET, submitted via Exhibit A to dominique.davis@usda.gov. Quotes must be emailed to Dominique Davis at dominique.davis@usda.gov. Evaluation will be based on the highest technically rated quotation with fair and reasonable pricing and acceptable or neutral past performance, with no tradeoffs. Technical evaluation criteria include the Technical Approach (understanding of PWS, capability, licensed status, proposed approach, PMP, QCP), Price, and Past Performance (using up to five Past Performance Questionnaires). Quotes must strictly adhere to formatting and page limits (Technical Approach: 30 pages, Past Performance: 2 pages). The offer acceptance period is 90 calendar days.

Important Notes

The Quality Assurance Surveillance Plan (QASP) details how contractor performance will be monitored against specific standards and Acceptable Quality Levels (AQLs), which is crucial for developing a robust QCP. An Invoice Template is provided, outlining required format and electronic submission via SharePoint. A Price Workbook is also provided, which must be used without alteration for submitting pricing for all Contract Line Item Numbers (CLINs) across the three states.

People

Points of Contact

Dominique DavisPRIMARY
James SowdenSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View