Foreclosure Legal Services & Related Technical Support for the States of North Carolina, South Carolina, and Arkansas
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, is soliciting proposals for Foreclosure Legal Services & Related Technical Support for the states of North Carolina, South Carolina, and Arkansas. This Total Small Business Set-Aside opportunity seeks a contractor to provide comprehensive legal services for judicial and non-judicial foreclosure, eviction, and mediation. Quotes are due March 31, 2026, at noon ET.
Scope of Work
This is a non-personnel services contract to provide post-acceleration default management legal services for USDA Rural Development. The scope includes prosecuting and defending foreclosure litigation, obtaining property possession, handling uncontested and contested foreclosures, representing the client in bankruptcy proceedings, managing mediation programs, performing evictions, and seeking deficiency judgments. This effort is a pilot program designed to generate data for a future national default management services portfolio.
Key Requirements
Offerors must be licensed law firms in good standing in at least one of the three specified states (NC, SC, or AR). If not licensed in all three, a teaming arrangement must be clearly identified. 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, eviction, and mediation under state and federal law. A Program Management Plan (PMP) and a Quality Control Plan (QCP) are required. The contractor must also be able to report case status in real-time and manage cases consistently and accurately, adhering to performance standards outlined in the Quality Assurance Surveillance Plan (QASP).
Contract Details
This acquisition is issued as a Request for Quotation (RFQ) under solicitation number 1231ME26Q0001. The anticipated award type is a firm-fixed-price purchase order with time-and-materials line items for a one-year period of performance. The applicable NAICS code is 531390 (Other Activities Related to Real Estate) with a small business size standard of $19.5 million. This is a Total Small Business Set-Aside.
Submission & Evaluation
Quotes are due by March 31, 2026, at noon ET, and must be emailed to Dominique Davis at dominique.davis@usda.gov. Questions were due by March 17, 2026. Evaluation will be based on the highest technically rated quotation with fair and reasonable pricing and acceptable or neutral past performance; tradeoffs will not be conducted. Technical evaluation criteria include the offeror's understanding of the PWS, capability, licensed status, proposed approach, PMP, QCP, price, and past performance (using up to five Past Performance Questionnaires). Strict adherence to formatting and page limits (Technical Approach: 30 pages, Past Performance: 2 pages) is mandatory. Offerors must submit pricing for all items using the provided Attachment 5 - Price Workbook.
Important Notes
This opportunity has undergone multiple amendments (0001, 0002, 0003) which have updated solicitation terms, extended deadlines, and clarified licensure requirements. All offerors should review the latest versions of Attachment 1 (Solicitation Terms and Conditions_0003), Attachment 5 (Price Workbook_0003), and Exhibit A (Question and Answer Form_0003).