Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOURCES SOUGHT

U -- Project Based Rental Assistance Knowledge and Training Resource Project

Notice Date
7/13/2012
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
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-H-12-00258
 
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
N/A
 
Description
Project Based Rental Assistance Knowledge and Training Resource Project This is a SOURCES SOUGHT NOTICE for the U.S. Department of Housing and Urban Development's (HUD), Office of Housing Assistance Contract Administration Oversight (HACAO), Multifamily Housing Programs (MFH), to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to develop, deliver and provide a knowledge and training resource for Multifamily staff who manage the functions and perform the processes required to provide project based rental assistance to low- and moderate-income families who live in privately owned multifamily housing. The training shall be in the United States, based in Washington, D.C. at HUD Headquarters. The Contractor will be required to develop an end-to-end "as is" description of the functions and processes that deliver project based rental assistance to multifamily housing project owners and tenants. When completed, this description will serve as a comprehensive Project Based Rental Assistance Knowledge and Training Resource for Multifamily staff in Headquarters, Hubs, and Program Centers. The contractor is solely responsible for planning, directing, and executing the proposed project. HACAO has identified twelve (12) Knowledge Groups that comprise subject matter topics applicable to executing functions and processes essential to delivering project-based rental assistance: 1. Budget Resources and Funds Control for OHACAO Rental Housing Assistance (RHA) Budget Accounts. 2. Processing Funding Transactions for OHACAO Rental Housing Assistance (RHA) Budget Accounts 3. Monitoring and Trouble-Shooting Funding and Payment Activity for Project-Based Rental Housing Assistance (RHA) Contracts in Asset Management 4. Review of Housing Assistance Payments 5. Systems Support & Help Desks 6. Additional Funding Needs and Resources. 7. Maintaining Accuracy of Data on Rental Housing Assistance (RHA) Contracts. 8. Budget Authority Reductions 9. Federal/ HUD Budget Process 10. Annual Processing for Rent Supplement and Rental Assistance Payments (RAP). 11. Processes Related to Third-Party Contract Administrators. 12. Financial Management Oversight. This project consists of four phases: 1. Design a. The contractor is responsible for developing and delivering a Project Design, Management, and Quality Assurance Plan. b. The contractor is responsible for recommending two or more numbering schemes for the Knowledge Groups, "Quick Facts" and "Topic Content" documents (hereafter, "documents" refers to both "Quick Facts" and "Topic Content"). 2. Research & Draft Documents a. HUD is responsible for identifying and recruiting subject matter experts (SME) within HUD Headquarters, Hubs, and Program Centers for each topic. More than one SME may be designated for a topic. The same SME may be designated for multiple topics. b. The contractor is responsible for contacting the SMEs, arranging interviews, obtaining documentation and reference resources from SMEs, and identifying relevant reference online resources that are available from other federal sources on the Web. c. The contractor is responsible for drafting the "as is" descriptions of the functions, processes, policies, and procedures for the topics in each knowledge category that include tables, forms, computer screen captures of HUD systems, and other forms of documentation provided by the SME. d. The contractor is responsible for researching and recommending for SME approval topic relevant knowledge resources on other federal agency Web sites that would provide background or technical information to a reader of the topic. e. The contractor is responsible for working with the SMEs to finalize the draft versions of the documents, including reference citations and URLs links to HUD Handbooks, Notices, guidance, and other federal resources provided by the SMEs or researched by the contractor. The digital format requirements are specified in MS Word® and Portable Document Format (PDF) file formats with bookmarks and searchable hyperlinks. 3. Final Documents a. The contractor is responsible for delivering the final documents to the SMEs and facilitating final reviews and comments. b. HUD is responsible for establishing working group of Multifamily staff to review and comment on all final documents prior to final delivery. c. The contractor is responsible for delivering final documents in the digital formats specified. 4. Training a. The contractor is responsible for developing and conducting five (1. Boston, New York, Philadelphia Hubs, 2. Baltimore, Atlanta, Greensboro, Jacksonville Hubs, 3. Chicago, Columbus, Detroit, Minneapolis Hubs, 4. Ft. Worth, Kansas City, Denver Hubs, 5. Seattle, San Francisco, Los Angeles Hubs) one-hour Live Meeting® training sessions, including question and answer opportunities, for Multifamily staff that: i. Introduces the documents and their purposes. ii. Presents an overview of the knowledge categories and topics. iii. Demonstrates the interactive features (e.g., hyperlinks, bookmarks, page thumbnails) within and between documents, source citations, and reference resources. b. The contractor is responsible for developing and delivering a PowerPoint® tutorial with an audio narrative that replicates the content and narrative of the Live Meeting® presentation and a question and answer section based on live presentations. Capability statements must address at least two prior contracts that reflect similar type and scope of work and the number of concurrent staff resources available. The anticipated period of performance is a base period of 9 months. The NAICS Code is 611430. The small business size standard is $7M. Interested small businesses are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective review 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 requirements described above. Responses to this notice shall be limited to 20 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS XXXXXX (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above) 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. THIS NOTICE IS FOR PLANNING PURPOSES ONLY, and does not constitute an Invitation for Bids or a Request for Proposals, a Solicitation, and a Request for Quote, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor will there be any 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 and 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 CAPABILITY STATEMENT VIA E-MAIL to Diane Toledo-Gaskins at Diane.e.toledo-gaskins@HUD.gov no later than July 27, 2012 at 12:00 PM Eastern Standard Time for consideration. NO PHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NO/NO/RCS-H-12-00258/listing.html)
 
Place of Performance
Address: Contractor Site, United States
 
Record
SN02802345-W 20120715/120713235019-418d3c2604e812f8b2e047e1c9526683 (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.