SOURCES SOUGHT
R -- Home Equity Conversion Mortgage (HECM) Client Budget and Resource Identity Tool (CBRIT)
- Notice Date
- 5/1/2024 9:38:50 AM
- 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-2025-026
- Response Due
- 5/14/2024 1:00:00 PM
- Archive Date
- 05/29/2024
- Point of Contact
- Tracy R. Scott
- E-Mail Address
-
Tracy.R.Scott@hud.gov
(Tracy.R.Scott@hud.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Department of Housing and Urban Development (HUD) is issuing this Request for Information 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 and maintain a Client Budget and Resource Identity Tool (CBRIT) for Home Equity Conversion Mortgage (HECM) roster counselors with secure online access. �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 541611 Administrative Management and General Management Consulting Services (Size Standard $24.5M) and Product Service Code (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.� 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 Request for Information 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: The Office of Housing Counseling (OHC) is responsible for the administration and oversight of the Department of Housing and Urban Development's (HUD) Housing Counseling Program. Section 255 of the National Housing Act (12 U.S.C. 1715z-20) (NHA) authorized HUD to insure reverse mortgages, referred to as Home Equity Conversion Mortgages (HECMs), which can be used by senior homeowners aged 62 and older to convert the equity in their homes to monthly streams of income or a line of credit to be accessed as needed. This is a service contract to provide tasks in support of housing counseling for senior homeowners aged 62 or older who are considering, or have received, a HUD insured HECM mortgage. General Description of Work: Detailed descriptions of the specific tasks are provided in the Government�s draft Performance Work Statement (PWS). Contemplated Place of Performance: The place of performance shall be at the Contractor'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 draft PWS. Contemplated Report Requirements: Please see the deliverables noted in the draft PWS. Contemplated dollar value of the project: $4.2M Current Incumbent Contractor: IBIS Software Corporation Order #86615620P00005 Response Information THIS IS A REQUEST FOR INFORMATION ONLY to identify sources that can provide and maintain a Client Budget and Resource Identity Tool (CBRIT) for Home Equity Conversion Mortgage (HECM) roster counselors with secure online access. Interested vendors are those vendors who have interest in providing a response to the Request for Information 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 to maintain a Client Budget and Resource Identity Tool (CBRIT) for Home Equity Conversion Mortgage (HECM) roster counselors with secure online access. All capable and available firms are encouraged to participate. The Government is requesting a 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 541611 (size standard $24.5 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 Tuesday May 14, 2024, cutoff is 4:00 pm EST. All responses under this Request for Information must be emailed to Tracy.R.Scott@hud.gov. If you have any questions concerning this opportunity, please contact: Tracy.R.Scott@hud.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51f44f2863bc41898c5904929a3a7c39/view)
- Place of Performance
- Address: Washington, DC 20410, USA
- Zip Code: 20410
- Country: USA
- Zip Code: 20410
- Record
- SN07049105-F 20240503/240501230043 (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 |