Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

B -- Annual Acturial Review

Notice Date
6/21/2012
 
Notice Type
Presolicitation
 
NAICS
523930 — Investment Advice
 
Contracting Office
Department of Housing and Urban Development, OCPO, Office of Support Operations, Office of Support Operations, NO, 451 7th Street S.W., Washington, District of Columbia, 20410, United States
 
ZIP Code
20410
 
Solicitation Number
RCS-2012-H-00014
 
Point of Contact
diane toledo-gaskins, Phone: 2024024140
 
E-Mail Address
diane.e.toledo-gaskins@hud.gov
(diane.e.toledo-gaskins@hud.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
ANNUAL ACTUARIAL REVIEW OF THE MMI AND HECM FORWARD FUNDS The U.S. Department of Housing and Urban Development (HUD), Office of the Chief Procurement Office (OCPO), Washington, DC Contracting Operations Branch, announces its intent to issue a solicitation for a Small Business Administration (SBA), 8(a) competitive set aside. This requirement shall be issued as a Request for Proposal (RFP) to procure for the Annual Actuarial Review of FHA's Mutual Mortgage Insurance Fund Forward and HECM Loans, in support of the Office of Housing's Office of Evaluation and the Office of Risk. The proposed contract type is a Fixed Price, Fixed Unit Rate (FUR). HUD intends to award an 8(a) Contract under the SBA 8(a) Program, to a qualified 8(a) contractor pursuant to Federal Acquisition Regulation (FAR), Part 19.8 - Contracting with the Small Business Administration (The 8(a) Program) as a result of this presolicitation. The National Affordable Housing Act (NAHA) of 1990 established criteria for the actuarial soundness of the FHA Mutual Mortgage Insurance Fund (MMIF). Specifically, NAHA mandated that the Secretary of HUD increase the capital ratio of the FHA Mutual Mortgage Insurance Fund (MMIF) (as defined in the Act) to 2.0 percent. The NAHA also required that the Secretary obtain an independent annual actuarial study of the MMIF, and to report to Congress annually on the financial status of the Fund. Since the enactment of the NAHA capital standard, HUD has contracted with private firms to prepare the independent annual actuarial study of FHA single-family forward-loan insurance programs, including a written final report now known as the Actuarial Review. The focus of the written Review is on the economic net worth of the active insured forward-loan portfolio as of the end of each fiscal year, as defined by the NAHA legislation. A contractor needed to build the next generation actuarial study models, to produce the Actuarial Review that results from the annual independent actuarial study of the MMIF, and to provide associated analyses that use the actuarial models to answer a variety of policy questions. The services of a contractor are required for a base period of three months and for five additional option years to be exercised at one year at a time at HUD's discretion. Specifically, the scope of work under the contract consists of (1) preparation for the transition, working closely with the previous contractor and HUD staff during the handoff process to gain detailed knowledge on the MMI Fund programs, the accounting and modeling frameworks, and FHA single family mortgage data, that are critical in conducting the actuarial study of the MMI Fund; (2) development and enhancement of a multi-part model for producing the annual actuarial study of forward and HECM loans in the MMI Fund with a particular focus on the implementation of an efficient stochastic simulation framework with house price and interest rate forecasts; (3) provision of expert services and incidental materials to produce the annual actuarial study of forward and HECM loans in the MMIF, including the timely delivery of outputs needed by HUD for the preparation of its annual audited financial statements; (4) a written Annual Actuarial Review that summarizes the actuarial study and its findings; (5) technical support services to HUD in implementing a run-time version of the model developed by the contractor and other version developed in-house, internally and /or externally in a remote server and/or in-house, and using the actuarial model and outputs in the preparation of the President's Budget and the conduct of policy analysis; (6) expert services to design and implement a multi-year research and development plan to enhance, redesign, and/or re-specify the components of the actuarial model for the purpose of improving both the long-run estimates of FHA's economic net worth and short-run predictions of FHA net claim costs and cash flows; and (7) provision of all the material, including model documentation, technical requirements, computer codes, data, and other results, necessary to review and understand the model and outputs, and implement the model internally. The anticipated period of performance will be for a 15 month base period and 3 additional 12-month option periods, if exercised. It is anticipated that the scope of work in the base period as well as all option periods will include a significant level of effort devoted to research and development as described in item (6) above. The North American Industry Classification System (NAICS) code is 523930. The size standard is $7M. The Government intends to issue a Request for Proposal (RFP) on or around July 16, 2012. The presolicitation, RFP and any amendments, updates, questions, answers and changes to the posted information will be available at the following websites: www.fedbizopps.gov. In case of conflict between information contained in the formal solicitation and that contained in this pre-solicitation synopsis notice, the information in the formal solicitation will govern. It is therefore the vendor's responsibility to check the website daily for any updated changes. Please note: Due to inherent organizational conflict of interests, all classes of mortgagees, lenders or loan servicers are excluded from the competition. This applies to both prime and sub-prime contractors. QUESTIONS WILL NOT BE ADDRESSED UNTIL THE SOLICITATION IS POSTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NO/NO/RCS-2012-H-00014/listing.html)
 
Place of Performance
Address: Contractor Site, United States
 
Record
SN02782141-W 20120623/120621235049-54b2ed162ba6bcb99900336ff76911ff (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.