SOURCES SOUGHT
R -- Lender Coordinator for BPHC
- Notice Date
- 6/11/2014
- Notice Type
- Sources Sought
- NAICS
- 522320
— Financial Transactions Processing, Reserve, and Clearinghouse Activities
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 14-HRSA-TC
- Archive Date
- 6/30/2014
- Point of Contact
- Timothy J Corrigan, Phone: 301-945-0859
- E-Mail Address
-
tcorrigan@hrsa.gov
(tcorrigan@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide Lender Coordinator services for the HRSA's Bureau of Primary Health Care (BPHC). This requirement is to serve as the BPHC Loan Guarantee Program (LGP) Lender Coordinator to assist in processing applications, completing reviews and providing legal services. The Contractor will be required to: 1. Develop, manage, and maintain loan portfolio database, including the identification of data to be collected. The implementation of this task shall include the receipt of required reports from LGP borrowers and lenders, compilation of relevant reporting data, and submission of regular (quarterly, or as reasonably requested) reports on individual and aggregate loans; 2. Monitor the ongoing portfolio of loans; 3. Maintain regular contact with borrowers and lenders as well as provide information on the program to interested parties; 4. Update the standard underwriting criteria and protocol used to evaluate applications for the LGP, lender eligibility criteria, as well as other relevant loan and guarantee materials related to the LGP; 5. Conduct a comprehensive financial and operational analysis of an application for a loan guarantee; 6. Assess lender eligibility; 7. Review and provide comments on the loan commitment letter; 8. Prepare and submit the final due diligence report; and 9. Provide consultation on legal and structural issues as they relate to the requirements of the LGP as well as to specific transactions. Qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: a. Program Administration experience with health services and community development lending, in particular to Federally Qualified Health Centers (FQHCs); b. Experience in conducting evaluation or policy research as well as familiarity with the operations and finances of health care facilities, especially FQHCs; c. Ability to provide legal consultative services; and d. Experience in community development lending and managing various types of financial transactions. Contract performance shall primarily be at the contractor's facility. A firm-fixed price contract is anticipated, for one (1) 12 month base period and four (4) 12 month options periods. The previous source for this requirement was Primary Care Development Corporation. The NAICS Code is 522320, with a small business size standard of $35.5 Million. Interested small business potential 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 each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 5 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 522320, $35.5 Million, 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). Additional information on NAICS codes can be found at www.sba.gov 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) database (http://www.sam.gov) in order 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. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. 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, 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 notice must be received by the Contract Specialist Tim Corrigan at TCorrigan@hrsa.gov below not later than 4:00 PM Eastern Standard time on Wednesday, June 18, 2014 for consideration. All capability statements must be received by e-mail or regular mail. NO QUESTIONS WILL BE ENTERTAINED AT THIS TIME. THIS IS FOR MARKET RESEARCH ONLY. Documentation shall be sent to: HRSA Office of Acquisition Management and Policy ATTN: Timothy Corrigan 5600 Fishers Lane, Room 14WC Rockville, MD 20857 tcorrigan@hrsa.gov Responses to this announcement will not be returned, and there will not 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 HRSA may contact one or more respondents for clarifications or for information that will 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c554ce0904428bad2fa079abf203b2dc)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03392243-W 20140613/140611235334-c554ce0904428bad2fa079abf203b2dc (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 |