SOURCES SOUGHT
R -- Prime Mortgage Securities Data and Database Access
- Notice Date
- 7/8/2013
- Notice Type
- Sources Sought
- NAICS
- 522310
— Mortgage and Nonmortgage Loan Brokers
- 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
- C-OPC-99999
- Archive Date
- 8/13/2013
- Point of Contact
- Rachel.N.Wilson, , Brenda K Lee,
- E-Mail Address
-
rachel.n.wilson@hud.gov, brenda.k.lee@hud.gov
(rachel.n.wilson@hud.gov, brenda.k.lee@hud.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT NOTICE for the U.S. Department Housing and Urban Development, Office of Evaluation (OE) which is responsible for the risk assessment of HUD-insured and -assisted single family and multifamily properties. This notice is 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) entitled: Prime Mortgage Securities Data and Database Access. OE is responsible for monitoring the performance of FHA's single family and multifamily programs. It prepares periodic reports to the FHA Commissioner on FHA business activities and oversees the statutorily mandated annual actuarial review of FHA's largest insurance fund. OE is also responsible for assessing the financial impact on FHA's insurance funds of new or revised programs and policies and evaluating relationships between current economic and market conditions and FHA program goals and objectives. This acquisition is for an annual subscription of commercially available mortgage databases accessible on the Internet for all data that are currently accessible in the non-agency Prime Database with a minimum 15-year perspective on the non-Agency securities market to enable long-term projections and includes 100 percent of outstanding non-agency prime mortgage pools. The contractor shall provide access to the loan performance servicing data and the databases through a website accessible through the Internet and will also provide User guides and/or Data Elements Dictionaries for all users. Provide database, training and support for loan performance users; Database subscriptions and tools, such as software licensing must be 508 compliance and to be use at HUD Headquarters. The training entails 2 hours of how to use the securities performance web-based software to run against the non-agency Prime database and the 15 year history to produce reports, inquiries, graphs, interactions with GIS (Geographic Information Systems), tables, exports to Excel. Subscription to the following databases is required: Agency Prime Database; Agency Prime Text Loan Level Historic Data; Non-agency Prime History Maintenance. Format & Content of Contract Deliverables. The Contractor shall develop training materials in the following format: Modules listed and identified; Objectives defined for each module in performance terms-i.e., what the learner is expected to be able to do at the end of each module. The data procured through this request will allow 1) superior single family risk assessments and 2) more program and related data available to program managers to help improve program performance, hold down costs, and increase the effectiveness with which HUD can maintain and increase the supply of affordable housing. 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 plus 2 one year option periods. The NAICS Code is 522310. 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 SAM Central Contractor Registry (at https://www.sam.gov/portal/public/SAM/) 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 Quotes, 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 Rachel Wilson at Rachel.N.Wilson@HUD.gov no later than July 29, 2013 at 2:00 p.m. or consideration. NO PHONE CALLS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NO/NO/C-OPC-99999/listing.html)
- Place of Performance
- Address: US Department of Housing and Urban Development, 451 7th Street SW, Room 5256, Washington, District of Columbia, 20410, United States
- Zip Code: 20410
- Zip Code: 20410
- Record
- SN03109423-W 20130710/130708234205-28a67890e1750020ef6a3f3c05e00ab1 (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 |