SOURCES SOUGHT
R -- IV&V and Application Services - Sources Sought Notice
- Notice Date
- 1/22/2024 12:54:05 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- CPO : FHA HOUSING SUPPORT DIVISION WASHINGTON DC 20410 USA
- ZIP Code
- 20410
- Solicitation Number
- 86615524R00002
- Response Due
- 2/1/2024 11:00:00 AM
- Archive Date
- 02/01/2024
- Point of Contact
- Che Logan
- E-Mail Address
-
Che.U.Logan@hud.gov
(Che.U.Logan@hud.gov)
- Description
- Description: IV&V and Application Services - Sources Sought Notice 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 providing Independent Verification and Validation (IV&V), Business Analysis and Business Transformation and Application Support Services in support of the Government National Mortgage Association (Ginnie Mae). Current Task Order No. is GS35F0466X 47QFDA20F0010. The incumbent is Ampcus, Incorporated. The awarding office was GSA FAS AAS Region 11. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code and Product Service Code (PSC) assigned to this procurement are: � NAICS 541511 - Custom Computer Programming Services with a size standard of $34M; and PSC - R710 Support - Management: Financial 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. This is not an evaluation of proposals but an assessment of vendors� capabilities. Therefore, a high-level assessment of the capability statements will be performed. Generic brochures are not being requested. Vendors should provide information to stress their competencies, differentiators, and past performance showing or demonstrating: Core Competencies to demonstrate expertise. Differentiator�s listing/discussing unique factors and benefits of the services that set them apart from others. Past Performance listing/discussing previous similar work showing benefits and how the past projects relate to Agency�s needs.� 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 further-set aside for any of the socio-economic programs, or set-aside for small business competition, or procured through full and open competition, or procured through GSA. Interested potential offerors must clearly specify the following: their Unique Entity Identifier (UEI), business size applicable to NAICS, socioeconomic business category, GSA contract number (if applicable), and any other applicable GWAC number. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by February 1, 2024 on or before 2:00 PM EST. All responses under this Sources Sought Notice must be emailed to Che Logan at che.u.logan@hud.gov. �Additional information on the required services is listed below. If you have any questions concerning this opportunity, please contact the Contracting Officer, Che Logan at che.u.logan@hud.gov. Background: See PWS, Section 1.2. General Description of Work: The Contractor shall provide services as follows: TASK 1: Program Management TASK 2: IT Project and Portfolio Management Support TASK 3: Independent Verification and Validation and Testing Support Services TASK 4: Business Analyses and Requirements Management TASK 5: Business Transformation and Technical Support Services Unique considerations that might affect the requirement are the need for: Knowledge of mortgage-backed securitization industry. Past IV&V experience with large scale modernization efforts within private sector (Freddie Mac, Fannie Mae, CSS), and public sector (FHA, VA, PIH and RD). Experience with IV&V execution must show 100% success rate (No critical / highs/ medium high defects or rollbacks of implemented products/applications). Contemplated performance metrics: See Draft Performance Works Statement with Performance Requirements Summary Contemplated report requirements: See Draft PWS, Deliverables Contemplated dollar value of the project: N/A � Procurement Sensitive Contemplated place of performance: See Draft PWS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe8b58181fa2495cbb8408e8d854fe2f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06941811-F 20240124/240122230046 (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 |