SOURCES SOUGHT
B -- Risk Management Analysis Services
- Notice Date
- 12/19/2013
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting 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
- RMA-2014-H-0081
- Point of Contact
- Brenda K Lee, Phone: 202-402-3504
- E-Mail Address
-
brenda.k.lee@hud.gov
(brenda.k.lee@hud.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE 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 provide comprehensive financial risk management services that utilize business risk tools to analyze the portfolio and provide additional risk management services and business risk tools to enhance the underwriting and asset management decision making process for Account Executives. The Period of Performance is a 12 month base period plus four 12 month option periods. Place of Performance is the contractor facility. Background: HUD insures nearly 100 hospital mortgages with an unpaid principal balance of almost $9.0 billion. For each hospital in the application pipeline and in the portfolio, HUD assigns an Account Executive, a HUD staff member who is the hospital's principal point of contact in the program and who is responsible for knowing the hospital in detail, providing client service to the hospital, and evaluating the financial and operational performance of the hospital. Hospitals are monitored closely to avoid financial failure that could result in an insurance claim. Currently, the risk exposure is overweight on smaller, risker hospitals that display higher levels of leverage and lower levels of liquidity, thus increasing the probability of a claim being made as a percentage of total portfolio exposure. In addition, the current method of assessing risk has system limitations that prevents effective dashboard reporting for risk data on a portfolio-wide and by borrow basis, thus making effective risk mitigation measures difficult to implement and monitor. The risk analysis tool shall perform advanced financial analysis, which critically important for predicting and controlling high risk hospital clients. Specifically, the business risk tool must have a capacity for producing a Uniform Credit Analysis (UCA) Cash Flow Statement for historical or projected results. The tool must have a capacity to create, review, and stress test projections commonly used for forecasting the results derived from expanded operations due to the addition of a new construction projects or for forecasting financial results from expanded services, increases or decreases in revenues, loss of reimbursements from specific payer classes and more. The tool must have the ability to calculate a Probability of Default rating based on weighted averages and benchmarked against a population of similar hospitals These services and tools will ensure that all facilities are of acceptable risk and to monitor the entire portfolio using a single platform, replacing multiple platforms. Risk Management Analysis will adhere to the rules, regulations, laws, standards and conventions identified by HUD. Hours of Operation shall be from 9:00 am to 5:00 pm Monday thru Friday except Federal holiday, Executive Orders, temporary closures. Provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver each task of the following: 1. Utilize business risk tools to analyze the portfolio and provide comprehensive financial risk management services. 2. Requires additional risk management services and business risk tools to enhance the underwriting and asset management decision making process for Account Executives. 3. Services and capabilities include: • Financial Statement Spreading • Financial Modeling • Portfolio Risk Analysis and Monitoring • Database Maintenance • Training and Support • Custom Ad Hoc Analysis and Reports 4. In addition, future services may include possible automated uploading of data from the Residential Care Facilities. 5. Special Qualifications: Contractor shall possess excellent analytical and technical writing skills with a proficient knowledge of MS Word and Excel. The NAICS Code is 541611 Administrative Management and General Management Consulting Services. The small business size standard is 14M. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective review of the respondents' capacity and capability to perform the specific work as required. Response must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above in sufficient level of detail to allow definitive review of the capability statement and evidence that the contractor can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 ("Limitations of Subcontracting"). Failure to definitively address each of these requirement will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to ten 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 XXXX (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 SAM, at https://www.sam.gov/portal/public/SAM/#1. 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. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. 7. 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, 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 be 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 and to enhance the Government understands. 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 Brenda K. Lee at brenda.k.lee@hud.gov no later than January 13, 2014 4:00PM Eastern Standard Time. Questions in reference to this announcement will not be acknowledged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/35fe879b59a5586e39cf6b562bc0e18f)
- Place of Performance
- Address: 4541 7th Street, Washington, District of Columbia, 20410, United States
- Zip Code: 20410
- Zip Code: 20410
- Record
- SN03254899-W 20131221/131219234328-35fe879b59a5586e39cf6b562bc0e18f (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 |