Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2011 FBO #3484
MODIFICATION

R -- Legal Services to Conduct Closings of FHA-Insured Healthcare and Multifamily Mortgages

Notice Date
6/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
541199 — All Other Legal Services
 
Contracting Office
Department of Housing and Urban Development, OCPO, Office of Policy and Systems, Community Service/Housing Support Div, 451 7th Street SW, Washington, District of Columbia, 20410, United States
 
ZIP Code
20410
 
Solicitation Number
R-2011-HR-00168
 
Archive Date
6/29/2011
 
Point of Contact
Hope A. Brooks, , Robyn J. Zellars,
 
E-Mail Address
hope.a.brooks@hud.gov, Robyn.J.Zellars@hud.gov
(hope.a.brooks@hud.gov, Robyn.J.Zellars@hud.gov)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is for planning purposes only and should not be construed as a solicitation or as an obligation on the part of the U.S. Department of Housing and Urban Development (HUD). The purpose of this RFI is to identify qualified businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) capable of performing the work described herein. The Government will not pay for the preparation of any information submitted or for the Government's use of that information. No contract or other instrument will be issued as a result of this RFI. The Office of General Counsel (OGC) is responsible for providing all legal advice and services to the Assistant Secretary for Housing-Federal Housing Commissioner which is necessary to originate and close Federal Housing Administration insured mortgage loans. OGC is seeking a legal contractor to conduct closings of FHA-insured Healthcare and Multifamily mortgages on behalf of the Office of General Counsel. Services shall include the review, assembly and comment on documents in connection with FHA-insured Healthcare and Multifamily loan closings in various geographic locations around the United States. Pursuant to Section 232 of the National Housing Act, the Federal Housing Administration through its Office of Healthcare Programs (OHP) administers the Section 232 program. The purpose of the 232 program is to conserve and increase the supply of nursing homes, intermediate care facilities, and board and care homes by providing credit enhancement through insurance of mortgages for new or substantially rehabilitated projects, as well as for the purchase or refinancing of existing Section 232 insured projects, with or without repair. In order to streamline the application process, HUD developed a LEAN process in 2008 for Section 232 applications. HUD's LEAN process employs a standardized work product and process to obtain a consistent and timely result. As a result of changes within the housing market, the 232 program has seen a dramatic increase in the number of loan applications to the point there are in excess of 400 loan applications currently waiting to be processed. HUD's goal is to reduce the 232 Program "queue" by approximately 200 applications within a period of six to nine months. HUD anticipates making one award. The anticipated Period of Performance is for a 12 month base period with two 12-month Option Periods. Interested parties shall provide a detailed capability statement that would allow the Government to determine that they have the expertise, experience, and knowledge to perform these requirements. Within the capability statement, describe your understanding of the requirements by defining the specific labor categories necessary to meet the desired requirement. Capability statements must address any prior contracts that reflect similar type and scope of work and the number of concurrent staff resources available. Contract place of performance may be performed at the contractor facility. The NAICS Code is 541110 and/ or 541199 "Legal Services". The small business size standard is $4,000,000. Interested small business offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform the work described above in sufficient level of detail to allow a definitive qualitative evaluation; and evidence that the respondent can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 ("Limitations of Subcontracting"). Submissions shall also address the following: 1) Business name, address, telephone number 2) Name, title, telephone number, and e-mail address, etc. 3) Socio-economic classification (i.e., HUB Zone and/or 8 (a) status) and point of contact. 4) Business size for NAICS 5) DUNS number 6) Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered under the appropriate NAICS code prior to award. Please note: contractors do not need to be registered in CCR in order to respond to the RFI. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained at http://orca.bpn.gov. 7) Provide evidence of experience and knowledge in closing FHA-insured Healthcare and Multifamily Mortgages. 8) Please limit narrative responses to 20 pages, 12 pt. 1 inch margins. Please submit copies of any documentation such as letters or certificates to indicate the firm's status. Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Responses to this announcement will not be returned, nor there any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HUD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Respondents must submit all capability statements via e-mail to Hope Brooks at hope.a.brooks@hud.gov no later than June 14, 2011 4:00 p.m. Eastern Standard Time (EST) for consideration. It is important to note that vendor responses are solely for the purpose of requesting industry feedback. This RFI/survey does not constitute any type of competition or prequalification. Responses are solely for the government's use in developing its strategy for this procurement; therefore, responses will not be evaluated and the government is under no obligation to post the responses received from industry. The potential strategy alternative should not be construed in any way as the official procurement strategy, nor do they commit HUD to a particular course of action or a particular timeline. The Government will not be responsible for the cost of creating response submissions. Vendors must appropriately mark each page of their submission that contains proprietary information. HUD will adhere to FAR policy on handling proprietary information. This is not a solicitation and no contract will be awarded as a result of this RFI notice. The Government reserves the right to post additional notices relative to the RFI and request other capability statements and/or similar documentation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17ef98e0a768de60e46492b8edfc3aca)
 
Place of Performance
Address: Washington, DC, Washington, District of Columbia, United States
 
Record
SN02466303-W 20110609/110607235114-17ef98e0a768de60e46492b8edfc3aca (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.