SOURCES SOUGHT
R -- HUD's Office of Housing Counseling Media Purchases
- Notice Date
- 3/12/2024 8:58:37 AM
- Notice Type
- Sources Sought
- NAICS
- 541613
— Marketing Consulting Services
- Contracting Office
- CPO : IT PROGRAM SUPPORT DIVISION; NOI WASHINGTON DC 20410 USA
- ZIP Code
- 20410
- Solicitation Number
- RCS-H-2024-00128
- Response Due
- 3/22/2024 10:00:00 AM
- Archive Date
- 04/06/2024
- Point of Contact
- Carmen Calloway
- E-Mail Address
-
carmen.l.calloway@hud.gov
(carmen.l.calloway@hud.gov)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- 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 contractor support to provide the Office of Housing Counseling (OHC) assistance in purchasing ad space and time in support of outreach campaigns created outside of this contract. 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 NAICS Code 541613 Marketing Consulting Services (Size Standard $19 million) and Product Service Code (PSC) R701 Support-Management: Advertising. 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 specifically using 8(a) firms. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Background: Congress mandated that HUD fund and create standards for housing counseling. After the last housing crisis, statute strengthened this mandate by creating the HUD Office of Housing Counseling, which has vigorously acted to support counseling and education. Despite the efforts of HUD and its supporters, the consensus remains that utilization of housing education and counseling is far below the level needed to accomplish HUD goals. Impediments include lack of resources, a public perception that counseling and education are only for the most challenged consumers, and lack of support for pre-purchase counseling from real estate professionals and mortgage originators, who consumers seek out first when considering home purchase. General Description of Work: The Contractor shall purchase advertisement space and vehicles of all kinds and types for advertising campaigns provided by HUD. Please see the PWS for specifics about the media vehicles below: Podcasts Digital/streaming/online audio and video Radio Audio services Paid social media Digital ads in magazines, newspapers, events Digital and print billboards Search based advertising Sponsored advertisements Search-based display or video advertising Detailed descriptions of the specific task are provided in Section 5.1 of the Government�s draft Performance Work Statement (PWS). Contemplated Place of Performance: The services to be performed under this contract shall be performed at the Contractor�s facility. Contemplated Period of Performance: The Period of Performance shall be for one twelve (12) month base period and four (4) twelve (12) month option periods. Contemplated Performance Metrics: Please refer to the draft Quality Assurance Surveillance Plan that will be used to provide contract oversight. Contemplated Report Requirements: Please refer to Section 6 of the PWS for deliverables. Contemplated dollar value of the project: $3,011,971.60 Current Awardee: This is a new requirement and has not been previously procured. Response Information THIS IS A SOURCES SOUGHT NOTICE ONLY to identify sources that can provide Housing Counseling Media Purchases. Interested vendors are those vendors who have interest in providing a response to the Sources Sought Notice 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 Housing Counseling Media Purchases. All capable and available firms are encouraged to participate. The Government is requesting one (1) Technical Capability Statement as a complete response. � � 1. Technical Capability Statement 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 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 can verify the�demonstrated capabilities identified in the responses. 3. Confirmed Business size for NAICS Code 541613 Marketing Consulting Services (Size Standard $19 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 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. 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 properly protected from disclosure. This notice is for planning purposes only, and does not constitute an 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 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 notice. 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 Friday, March 22, 2024 cutoff is 1:00 pm EST. All responses under this Sources Sought Notice must email Carmen.L.Calloway@hud.gov. If you have any questions concerning this opportunity, please contact: Carmen.L.Calloway@hud.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3fe927113c7c436ea27379008717b6c3/view)
- Place of Performance
- Address: Washington, DC 20410, USA
- Zip Code: 20410
- Country: USA
- Zip Code: 20410
- Record
- SN06994446-F 20240314/240312230054 (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 |