MODIFICATION
R -- Business Service Provider BSP-2010-001 - BSP-2010-001
- Notice Date
- 8/25/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Housing and Urban Development, OCPO, Office of Program Operations, Office of Program Operations, NP, 451 7th Street S.W., Washington, District of Columbia, 20410, United States
- ZIP Code
- 20410
- Solicitation Number
- BSP-2010-001
- Archive Date
- 9/11/2010
- Point of Contact
- Vera Irvin, Phone: 2024026097, Donald M Comer, Phone: 202-402-2441
- E-Mail Address
-
vera.irvin@hud.gov, Donald.M.Comer@hud.gov
(vera.irvin@hud.gov, Donald.M.Comer@hud.gov)
- Small Business Set-Aside
- N/A
- Description
- Amendment 2 to clarify Sources Sought is not limited to small businesses SOURCES SOUGHT NOTICE GENERAL INFORMATION: Document Type: Sources Sought Notice Notice Number: BSP-2010-001 Posted Date: Monday, 23August 2010 NAICS Code: 541519, Other Computer Related Services & 514191, Online Information Services NOTE: This is NOT a solicitation for proposals, proposal abstracts, or quotations. TITLE: U.S Department of Housing & Urban Development Business Service Provider (BSP) DESCRIPTION OF SERVICE: This Sources Sought notice is a mechanism for obtaining feedback from industry in regard to the general requirements as stated below. THIS IS NOT A SYNOPSIS FOR A REQUEST FOR PROPOSAL (RFP). It is a market research tool to determine potential sources prior to the issuance of a RFP. The Department of Housing and Urban Development (HUD) is seeking sources to obtain a web-based service that accepts data, stores data, analyzes data and displays data and performs other core management functions related to the acquisition and disposition of single-family real properties owned by HUD. The Contractor should have an existing and effective real estate tracking and management service. While it is expected that many of the data fields and functionality will already be included in the Contractor's system, other requirements are unique to HUD and will need to be incorporated after contract award. HUD does not expect any existing service to have all of the functionality required for specific HUD real estate owned (REO) properties; however, the Contractor will acknowledge its understanding of HUD's unique requirements and describe its ability to provide them. At a minimum the service shall have the capability to: • Obtain, store and display case level information about properties acquired by or in the custody of HUD on a daily basis (through manual and automated sources); • Track events and information describing the status of real property from the date of conveyance to the Department through several stages of management, marketing and disposition to final reconciliation of sale proceed; • Retain data relative to contracts, contractors and vendors that support the property disposition program; • Calculate property management, marketing and incentive fees earned by Asset Manager (AM) & Field Service Manager (FSM) contractors, closing agents and other contractors and generate disbursement transmittals; • Calculate AM & FSM Contractor payment incentives and disincentives; • Generate disbursement transmittals for payment of other property related expenses such as pass-through expenses and property taxes; • Interface with HUD's Secure File Transfer site to exchange data with a number of HUD and non-HUD systems and Internet sites for both input and retrieval of data; • Provide data security with multiple levels of access for users including HUD employees and designated contractors; • Provide standard and ad hoc reporting capability; • Provide summary, trend and comparative analysis of portfolio performance and AM & FSM contractors' performance; • Maintain a Help Desk; • Provide ease of navigation and use for users at all skill levels; • Ensure the security and privacy of the information collected and stored and implement a disaster management plan acceptable to the Department; • Host or subcontract to host an internet bid site; • Implement an REO Business-to-Government portal. The primary data exchange will occur with Single Family Asset Management System (SAMS), Single Family Insurance Claims, and EDI. ANTICIPATED PERIOD OF PERFORMANCE: The Government anticipates award of a firm-fixed price contract with a 6 month base period and four (4) twelve month option periods. INFORMATION SUBMISSION INSTRUCTIONS: 1. Page Limitations: Interested businesses should submit a tailored capability statement for this requirement not to exceed ten (10) single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the firm's ability to perform the aspects of the notice described above and in the draft SOW. Tailored capability statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement, as well as, business name, point of contact, address and DUNS number. 2. Number of Copies: All capability Statement sent in response to this SOURCES SOUGHT notice must be submitted electronically (via e-mail) to Vera Irvin, Contract Specialist, at vera.irvin@hud.gov in Adobe Portable Document Format (PDF). The e-mail subject line must specify Sources Sought Number #BSP-2010-001, as well as, the company name. Facsimile responses will not be accepted. 3. Common Cut-off Date: Electronically submitted tailored capability statements are due no later than Close of Business (COB) 5:00PM (EST) ON FRIDAY, 27 AUGUST 2010. CAPABILITY PACKAGES RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). POINT OF CONTRACT: Vera Irvin, Senior Contract Specialist, Email: vera.irvin@hud.gov or via phone (202) 402-6097.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NP/NP/BSP-2010-001/listing.html)
- Record
- SN02255168-W 20100827/100826000014-c2b6d283d364074c11e0b4a9756aa006 (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 |