Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
SOURCES SOUGHT

R -- Fair Housing Accessibility FIRST Training and Technical Guidance Program

Notice Date
12/19/2014
 
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
APP-E-2015-006
 
Archive Date
1/21/2015
 
Point of Contact
Tamara P. Williams,
 
E-Mail Address
tamara.p.williams@hud.gov
(tamara.p.williams@hud.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this SOURCES SOUGHT NOTICE is for market research purposes only based on the FAR definition found in FAR 2.101. The U.S. Department of Housing and Urban Development is seeking feedback 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 support HUD's Fair Housing Accessibility FIRST training and technical guidance program. HUD's Fair Housing Accessibility FIRST (Fair Housing Instruction, Resources, Support, and Technical Guidance) program was launched in January 2003 to provide training and technical guidance to the building industry on the Fair Housing Act's accessible design and construction requirements. This technical guidance program is a major education and outreach initiative that HUD established to provide intensive, accurate, and uniform technical guidance to the building industry on this aspect of the Fair Housing Act on a national scale. The program, as currently designed, provides architects, builders, code officials and others in the housing industry with in-depth technical guidance and training necessary to comply with the Act's accessibility requirements, and related protections for persons with disabilities, as well as educate persons with disabilities, disability rights organizations, fair housing enforcement agencies and other interested persons about these requirements. HUD seeks the services of a contractor to continue this program. Using an approach that will benefit from the practical knowledge and experience of the housing industry and disability rights advocacy organizations, the contractor shall establish and operate a design and construction resource center that will dispense technical guidance on a nationwide basis, update and administer a technical guidance website (www.fairhousingfirst.org), provide training on a nationwide basis via. a variety of venues, and provide related reports and statistics on a monthly basis. The training offered under this program currently provides, and will need to continue to provide, continuing education credits certified by the American Institute of Architects (AIA). This training and technical guidance program is dedicated to increasing compliance with the accessibility requirements of the Fair Housing Act, thereby increasing the supply of accessible multifamily units nationwide. Specific Details and Instructions All interested offerors should provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver each and every requirement as stated below: • A detailed management and marketing plan that details a framework to implement and market the project. • The demonstrated ability to coordinate and multi-task with training and technical guidance activities being carried out by HUD contractors regarding accessibility under the Act and implementing regulations. • The demonstrated ability to conduct comprehensive reviews of the training curriculum and website to provide recommendations for changes, additions, or improvements to the overall content. • The demonstrated ability and expertise needed to provide training using HUD's existing Fair housing Accessibility FIRST training curriculum as well answer questions from trainees in a manner that accurately reflects HUD policy and provisions in the Fair Housing Act. • Identify training venues, arrange, and conduct training events nationwide by utilizing HUD's established Fair Housing Accessibility FIRST training curriculum. • The ability to provide technical guidance, implement plans that include standard operating procedures for: o Assuming responsibility for the Fair housing Accessibly FIRST Technical guidance activities o Operation of the nation design and construction resource center from which technical guidance is dispensed o Administration of HUD's comprehensive Fair Housing Accessibility FIRST Website • The ability to provide monthly performance reports for each month The section above defines the work requirement currently perform by full and part time staff. Within the capability statement, describe your understanding of the requirements by better defining the specific labor categories necessary to meet the desired requirement. 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 one (1) 12-month base period, including four (4) 12-month option periods. The NAICS Code is 611430, Professional and Management Development Training. The small business size standard is $7M. Interested small business, SBA 8(a), veteran-owned and women-owned entities 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 support the requirement as described. Sufficient detail is required 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 15 8 ½" x 11" single-spaced pages, the minimum font size is 10 pts 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 are 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 of certification 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 any subsequent solicitation, and HUD may contact one or more respondents for clarifications and to enhance the Government 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 STATEMENTS VIA. E-MAIL to Tamara P. Williams at tamara.p.williams@hud.gov no later than January 6, 2015, 12:00 PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NO/NO/APP-E-2015-006/listing.html)
 
Record
SN03601200-W 20141221/141219234645-b077cab4e22ce0d069d65111dbdf001a (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.