SOURCES SOUGHT
R -- Statistical Sampling and Extrapolation
- Notice Date
- 6/16/2023 2:22:04 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- CPO : IT PROGRAM SUPPORT DIVISION; NOI WASHINGTON DC 20410 USA
- ZIP Code
- 20410
- Solicitation Number
- APP-H-2023-045
- Response Due
- 6/30/2023 2:00:00 PM
- Archive Date
- 07/15/2023
- Point of Contact
- Carmen Calloway, James Sledge
- E-Mail Address
-
carmen.l.calloway@hud.gov, james.c.sledge@hud.gov
(carmen.l.calloway@hud.gov, james.c.sledge@hud.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantage, HUBZone firms; Veteran and Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantage Women-Owned Small Business (EDWOSB). The Department of Housing and Urban Development (HUD) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the Department of Housing and Urban Development (HUD), Office of the Deputy Assistant Secretary for Finance and Budget, Office of Financial Services (OFS), Single-Family Post Insurance Division (SFPID) requires contractor support for statistical sampling and extrapolation for post claim reviews to determine the dollar amount of claims paid which were not documented to FHA's standards, protect the FHA Insurance Fund, provide official court testimonials to validate the statistical sampling plan used for post claim reviews. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541611, �Administrative Management and General Management Consulting Services. Product Service Code that will be used is R704, Support-Management: Auditing. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Background: HUD pays single family insurance claims based on the Form HUD-27011 submitted by mortgagees and the certification that the claims are true and correct. The instructions for preparing and submitting the Form HUD-27011 are included in Handbook 4000.1 and subsequent updates via Mortgagee Letters. Mortgagees are required to maintain a review file with complete records to support all claim submissions as noted in 24 CFR. The automated claims system, A43C, is used by HUD to ensure that a claim submission passes the established control parameters and edits before generating a payment to the mortgagee. This process depends largely upon the accuracy and reliability of data submitted by FHA-approved mortgagees. The A43C processes over 400,000 claim transactions for approximately $6 billion annually. Approximately 90 percent of the claims are paid automatically based on the mortgagees certification. HUD reserves the right to perform post claim reviews at any time within 3 years after the claim is paid to ensure mortgagee integrity and accuracy and to protect itself against over claimed amounts disbursed from the FHA Insurance Fund. Because of the annual volume of paid claim transactions, the statistical sampling and extrapolation methodology is utilized for post claim reviews to determine the dollar amount of claims paid which were not documented to FHAs standards. General Description of Work: In order to achieve operational excellence through audit tests of claims paid by selected servicing mortgagees and to protect the FHA Insurance Fund, HUD is seeking a Contractor to provide support services in the following areas: Statistical Sampling Plan Statistical Sampling and Extrapolation Data Collection and Reporting Tools Court and Administrative Appeals Management Reports for Risk Analysis Detailed descriptions of the specific tasks are provided in Section 5, � Specific Tasks� and Section 6, �Deliverables� of the Government�s draft Performance Work Statement (PWS)� See attachment 1. Contemplated Place of Performance: The place of performance shall be at the Contract�s facility. Contemplated Period of Performance: The Period of Performance shall be for one 12-month base period and four 12-month option periods. The contemplated contract type will be Firm Fixed Price. Contemplated Performance Metrics: Ability to perform all tasks outlined in the PWS. Contemplated Report Requirements: Sample Cases Reports Extrapolation of Sample Results Reports Ad Hoc Report Annual Report Quarterly Report Contemplated dollar value of the project: $3.8 million Current Awardee: The current contract is awarded to Integrated Financial Engineering Inc. under a Firm Fixed Price. The current contract expires in May 2024. Desired Special Qualification Skill: The tasks requires a set of skill categories based on the following approximate breakdown: Senior Economist/Subject Matter Expert (SME) The SME must have an advanced degree in Economics and must be certified by the American Statistical Association as an Accredited Professional Statistician. The SME must have at minimum 10 years of experience in statistical sampling, extrapolation, risk assessment, litigation analytics, and defending methodology and providing court testimonies related to mortgage insurance claims. RESPONSE INFORMATION: THIS IS A SOURCES SOUGHT ONLY to identify sources that can provide Statistical Sampling and Extrapolation Services. Interested vendors are those vendors who have interest in providing a response to the Sources Sought and who can provide a vendor capability statement demonstrating a commercial solution and technical experience for this requirement, including relevant scope in terms of its size, complexity and magnitude to the tasks/activities to be performed under this requirement particularly, as it pertains to the support services and technical solutions required for the Statistical Sampling and Extrapolation Services. All capable and available firms are encouraged to participate. Please be advised that generic capability statements are not sufficient for effective review of respondents� response. It must directly demonstrate the company�s capability, experience, and/or ability to marshal resources to perform effectively and efficiently each of the task described within the attached PWS in sufficient level of detail to allow definitive numerical evaluation; 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 the requirement will result in a finding that respondent lacks the capability of performing the work. Responses to this notice shall be limited to ten (10) pages, and must include: 1. Company name, mailing address, email address, telephone and FAX number, website,�address (if applicable) and the name telephone number and email address of the point ��of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, Title, Telephone number and email addresses of individuals who ca verify the� demonstrated capabilities identified in the responses. 3. Confirmed Business size for NAICS 541611 (size standard $24.5 million 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 Information Pages). 4. Unique Entity ID (UEI) number, CAGE code, Tax Identification Number (TIN), and Company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (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. 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 firms size status (see item #3). Teaming arrangements are acceptable, and the information required above on the company�s responding to this notice, 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 propertly protected from disclosure. This notice is for planning purposes only, and does not constitute and Invitation for Bids, Request for Proposals, Solicitation or a Request for Quotes, or an indication the Government will contract for the items contained in this notice. This request is not to be construed as a commitment of 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 notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8b476ef34d1d4dba838f2aed5dff5773/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06719299-F 20230618/230616230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |