SOURCES SOUGHT
R -- Financial Operations Support Services - Sources Sought Notice
- Notice Date
- 1/5/2016
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Housing and Urban Development, OCPO, Western (Denver) Field Contracting Operations, Denver Operations Branch, NFW, 1670 Broadway, 23rd Floor, Denver, Colorado, 80202-4801
- ZIP Code
- 80202-4801
- Solicitation Number
- APP-HU-2016-027
- Point of Contact
- Christopher S. Stuart, Phone: 3036725278
- E-Mail Address
-
christopher.s.stuart@hud.gov
(christopher.s.stuart@hud.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Sources Sought THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for offers, quotes or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool only to determine the capability of potential sources. The Department of Housing and Urban Development (HUD) seeks to establish a contract under NAICS Code(s) 541611 Administrative Management and General Management Consulting Services. The Small Business Standard is $15 Million, PSC Code R408 PROGRAM MANAGEMENT/SUPPORT SERVICES, for Financial Operations Support Services. This contract will support the National Servicing Center, which is issuing this Request For Information (RFI) in order to solicit responses from capable sources and capability statements to ensure sufficient competition exists to meet the government’s requirements. Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research, provided that the prime contract is awarded to an applicable small business and that small businesses provide fifty-one percent or more of the support. Please review the General Scope of Work and provide your feedback to Christopher Stuart at Christopher.S.Stuart@hud.gov. Please call 303-672-5278 if there are questions. BACKGROUND The services contemplated in this sources sought are required to assist the United States Department of Housing and Urban Development (HUD) to assure mortgagee compliance oversight detects appropriate us of loss mitigation tools, lender property and preservation compliance, internal processes and controls effectively manage risk to FHA’s MMI Fund, and that appropriate reporting and analysis are created and generated to track and monitor the results. The Federal Housing Administration (FHA), an organizational unit within HUD, administers the single-family mortgage insurance program. FHA insures approved lenders against the risk of loss on loans they finance for the purchase, and in some instances rehabilitation, of single-family homes. When an FHA insured loan goes into default, the lender is required to evaluate each defaulted borrower for loss mitigation, and if loss mitigation is not feasible, to commence foreclosure timely. Following foreclosure, the lender may convey the foreclosed property to HUD and file a claim for insurance benefits. The National Servicing Center (NSC) provides national servicing and loss mitigation support to FHA lenders and borrowers in the form of client-based loss mitigation assistance and servicing complaint resolution. NSC also monitors loan servicing activities of all FHA approved servicers and lenders, evaluates risk to the FHA fund through statistical analysis, reviews default and foreclosure information for program study, and manages FHA assigned and subordinate loans owned by HUD known as the Secretary-Held portfolio. HUD utilizes a variety of systems to store information related to the current eight (8) million active insured single-family loans. A significant amount of historical data is contained within the Single Family Data Warehouse (SFDW), and is used by the NSC to identify trends, project successes and failures in the servicing activities, analyze the impact of risk on the FHA insurance fund, and monitor lender performance. Additionally, HUD owns and uses two customized systems, Single Family Mortgage Asset Recovery Technology (SMART) to service the Secretary Held portfolio and monitor contractor performance, and the Extensions and Variances Automated Requests System (EVARS) to communicate extensions of time to the first legal due date and variances to policy for FHA-approved servicers at case level. The current contract is a Fixed Price requirements contract currently awarded to Verdi Consulting, Inc. DEFINITIONS CONTINUITY OF OPERATIONS PLAN (COOP) – A formalized plan for the continuation of business operations in the event of a disaster. CONTRACT – A written mutually binding legal relationship obligating the seller to furnish the supplies or services and the buyer to pay for them. CONTRACTING OFFICER (CO) – A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. CONTRACTOR – The individual, partnership, corporation, or other entity, which, in addition to HUD, is the party subject to the terms and conditions of this contract. KEY PERSONNEL – Personnel specifically considered essential to the work being performed under this contract, pursuant to HUDAR 2452.237-70, Key Personnel. PERFORMANCE EVALUATION - The GTR/GTMs record of the Contractor’s performance, under the contract, will be used for consideration of exercising an option and future source selection purposes by other Federal departments and agencies PERFORMANCE REQUIREMENTS – The service level that separates acceptable performance from unacceptable performance of a task according to the Inspection of Services clause. PERFORMANCE REQUIREMENTS SUMMARY – A listing of the performance requirements under the contract that are to be evaluated by the Government on a regular basis; performance standards for these requirements, and surveillance methods to be used to determine if performance standards are met (and optionally, any maximum payment for meeting the AQL level, and any deduction from payment for not meeting the AQL). PERFORMANCE STANDARD - The Contractor’s performance level required by the Government. This is also known as AQL, Acceptable Quality Level. QUALITY ASSURANCE - A planned and systematic pattern of all government actions to provide confidence that adequate technical requirements are established and services conform to established technical requirements to assure that satisfactory performance is achieved. QUALITY CONTROL - Those actions taken by a Contractor to monitor performance to ensure conformance to the contract requirements. SECRETARY-HELD/SECRETARY OWNED – Any mortgage or property wherein the Department of HUD has an interest. The asset is held in the name of the Secretary of Housing and Urban Development. SF-DART – the contractor developed web-based platform that provides default, foreclosure, and loss mitigation reporting and analysis. SMART -The system developed to house all of HUD's loan programs serviced by the National Servicing Center. It is also the system of record for Assigned HECM mortgages. STRATEGY SYSTEM – HUD’s accounting system of record for Assigned First Mortgages and Partial Claim Subordinate Mortgages. TITLE I – Section of the National Housing Act governing manufactured housing and home improvement loans. TITLE II - Section of the National Housing Act governing HUD's Single Family Mortgage Insurance Program. GENERAL DESCRIPTION OF WORK The primary services of the Financial Operations Services contract include program compliance reviews, reporting and analysis, and documenting as described below: Review and Analysis-Evaluating and documenting internal controls for components of reporting and analysis to determine flexibility in displaying multi-dimensional reports which includes recommended requirements. Quality Assurance-Testing quality assurance plans, procedures and tracking mechanisms utilized for the National Servicing Center in overseeing the Mortgagee Compliance programs. Internal Quality Control-Designing, testing, and executing internal control processes, procedures, tracking mechanisms and performing lender desk reviews on forward and HECM FHA-insured portfolios. Validate Mortgagees are servicing FHA forward mortgage loans according to HUD guidelines, assuring compliance with FHA regulations and policy while performing loss mitigation, foreclosure and Claims Without Conveyance of Title (CWCOT) actions. Validate Mortgagees are servicing FHA HECM loans according to HUD guidelines by assuring compliance with FHA regulations and policy, as well as maintaining documented quality control measures. Ensure Mortgagees that service FHA HECM loans are performing Occupancy Inspections per HUD guidelines, and that this is clearly documented and tracked at loan level. Ensure Mortgagees that service FHA HECM loans are performing in accordance with policy guidance for Home Equity Conversion Mortgages (HECMs) in default due to unpaid property charges. Review Mortgagee input for EVARS to determine system enhancements that enable HUD to reduce variability and produce consistent results. Review the National Servicing Center (NSC) established process, procedures and outcomes for Extensions and Variances (EVARS) to determine measures that enable staff to reduce variability. Validate automated Tier Ranking System II (TRSII) scoring components produce accurate results, and all aspects of calculations are documented appropriately. Ensure NSC internal controls are documented appropriately to manage and reduce risk to HUD’s MMI Fund. Develop internal controls and processes that enable the NSC to monitor the Partial Claim (PC) Demand Notice process more effectively. Contractor employees (including subcontractors) who will need to have access to HUD information systems and/or business service providers (e.g. SAMS or SMART) must undergo a background investigation. See Clause HUDAR 2452.239-70 Access to HUD Systems. CONTEMPLATED PERFORMANCE METRICS 1. QUALITY OF PRODUCT OR SERVICE 2. TIMELINESS OF PERFORMANCE 3. BUSINESS RELATIONS CONTEMPLATED REPORT REQUIREMENTS 1. Conduct Lender Desk Reviews. 2. Update Desk Review Database. 3. Perform IV&V TRS II Scores from SF-Dart. 4. Monthly progress reports. 5. Recommendations to improve EVARS process and system requirements. 6. Recommendations to improve Partial Claim Demand process and oversight. 7. Conduct HECM Occupancy Certification sample review. CONTEMPLATED MAGNITUDE OF THE PROJECT $5 to $10 Million Dollars CONTEMPLATED PLACE OF PERFORMANCE Performance will be at the contractor’s location. RESPONSE REQUESTED Small Businesses are encouraged to respond. This synopsis is a market research tool being used to determine the availability and capability of potential sources prior to determining the method of acquisition and whether the government will proceed with this acquisition. The Government will not pay for any information solicited. If a contract is ultimately pursued, responses to this synopsis will be used to aid in determining whether the acquisition is set-aside for small business or in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The capability statement shall address, at a minimum, the following for the past three years: Name and address of company and or companies (if there is a teaming arrangement or joint venture); Technical expertise relevant to the requirement; Technical approach relevant of the requirement (1 to 2 paragraphs); Management approach relevant to the requirement (1 to 2 paragraph); Corporate experience relevant to the requirement (1 to 2 paragraph); Indicate if you are a small business or any other socio-economic categories that apply to your firm under the designated NAICS code; Relevant past performance. Your capability statement needs to include a list of three customers (Government/non-Government) within the past three (3) years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. Your submission for relevant past performance must include for each customer: · Contract name; · Contracting Agency or Department, POC and contact information; · Yearly contract value (in $); · Whether your firm was the prime or a subcontractor; · Period of performance; · Description of work and how it relates to the requirements. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not exceed 3 pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses in case clarifications of your submission are needed. Only electronic copies of capability statements will be accepted and should be emailed to: Christopher.S.Stuart@HUD.GOV. The e-mail shall contain the following subject line: Response to Sources Sought Notice – Financial Operations Support Services Requirement. The Government may use the responses received to determine whether to proceed with the acquisition as a set-aside, or in the absence of a least two small business responses to this notice, may determine to proceed with a full and open competition. This decision and whether to proceed with the acquisition is at the sole discretion of the Government. All interested contractors should submit their capability statements by 4:00 pm Mountain Standard Time on January 19, 2016, attention POC Christopher Stuart. Late responses will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NFW/NFW/APP-HU-2016-027 /listing.html)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN03982683-W 20160107/160105234253-6339c58def897840d292529e38ec25f2 (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 |