Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2015 FBO #5144
SOURCES SOUGHT

70 -- Debt Collection and Asset Management System

Notice Date
12/22/2015
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Housing and Urban Development, OCPO, Office of Support Operations, Office of Support Operations, NO, 451 7th Street S.W., Washington, District of Columbia, 20410, United States
 
ZIP Code
20410
 
Solicitation Number
DU100I-16-RFIDCAMS
 
Archive Date
1/12/2016
 
Point of Contact
Sally A. Aultman, Phone: 2024024282, Phyllis M. Brown, Phone: 2024027114
 
E-Mail Address
sally.a.aultman@hud.gov, phyllis.m.brown@hud.gov
(sally.a.aultman@hud.gov, phyllis.m.brown@hud.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) DU100I-16-RFIDCAMS REQUESTING SOURCES SOUGHT AND CAPABILITY STATEMENTS 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) is contemplating establishing a contract under NAICS Code 541511 Custom Computer Programming Services and the Small Business Standard is $27.5 million, PSC Code 7030 Information Technology Software for the Debt Collection and Asset Management System (DCAMS), system code F71/F71A. DCAMS is to provide the software and support for Operations & Maintenance and possible Development, Modernization and Enhancement on an IBM based environment and 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. This is a firm fixed price contract. Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research, provided that (state any conditions under which teaming arrangements and joint ventures will be considered (e.g. The prime contract is awarded to an applicable small business and that small businesses provide fifty percent or more of the support)). BACKGROUND The Debt Collection and Asset Management System (DCAMS) is used by HUD to support the management, accounting, and collection of delinquent debts. DCAMS is comprised of two systems: Debt Collection and Asset Management System - Title I (DCAMS-TI/F71) and Debt Collection and Asset Management System - Generic Debt (DCAMS-GD/F71A). DCAMS-TI/F71 is used in the collection of defaulted Title I Notes and DCAMS-GD/F71A is used for delinquent debts originating from multiple FHA program areas. These systems operate on-line and operate interactively with other entities such as the Department of Treasury and credit bureaus. The FOC responsibilities include financial and other loan insurance and claim processing activities for the Title I Program and processing of debt management and account servicing for Title I debts and twenty-five other Federal Housing Administration (FHA) debt programs, including receivables resulting from both civil and criminal enforcement actions. The monies collected are applied to the appropriate FHA fund, typically MMI or GI. The FOC collected $53 million of delinquent FHA debts in fiscal year 2014. The FOC effectively serviced and collected all assigned debts in full compliance with the Debt Collection Improvement Act (DCIA). Over 99% of the eligible debts were referred to the Treasury Offset Program and to Treasury's Cross Servicing Program within the DCIA mandated 180 day timeframe. Principal activities of FHA's debt recovery efforts include the following: Treasury Offset Program (TOP): This program recovers delinquent debt by offsetting federal payments due the debtor. Offset is accomplished via a centralized matching process at Treasury's Bureau of Financial Services (BFS). Federal creditor agencies supply BFS with data regarding delinquent debtors (e.g., name, tax ID, debt amount, etc.), which BFS uses to match with payments disbursed by BFS. Where there is a match, the disbursement may be offset up to the amount of the debt. "Offset" means that BFS provides the funds to the creditor agency rather than to the original debtor payee. DCAMS automates the production of Due Process Notices and referral of and update to debts to TOP. Treasury Cross-Servicing: This program is for pursuing collection against delinquent debtors. Treasury's BFS operates this program. BFS implemented the program to satisfy the DCIA mandate that federal debt collection activities be consolidated so as to minimize collection costs and to maximize collections. DCAMS automates the referral of and update to debts to Cross Servicing. Penalties and Administrative Costs: The assessment of penalties and administrative costs to eligible delinquent debts is specified in the Debt Collection Act of 1982. Penalty and administrative costs are assessed when a debt becomes 90 days delinquent. DCAMS automates the processing for the assessment of these charges. Credit Bureau Processing: FOC debts are reported automatically and electronically to Equifax, Inc., Experian, Innovis Data Solutions, and Transunion (for consumer debtors) and Dun & Bradstreet, Equifax, Inc., and Experian (for commercial debtors) via DCAMS. DCAMS also provides monthly updates to these credit bureaus. DCAMS also handles the Due Process requirements (for consumer debts) that precede the reporting of a debt to the credit bureaus. Currently Not Collectible: OMB Circular A-129 requires that debts delinquent more than two years be closed out or written off as "currently not collectible." DCAMS automates the reclassification of debts in a quarterly process. Mortgage Interest: Mortgage interest payments made by the debtor that total $600.00 or more during a calendar year are reported to the IRS. Only interest paid on debts that are secured by a lien on real property is reported. DCAMS automates this process by annually selecting the cases that will be sent an IRS Form 1098, producing the statement for each case selected, and transmitting an electronic file to the IRS in January. Canceled Debt: When a debt is compromised, or when all collection action is terminated and a debt is closed out, HUD is required to comply with the IRS instructions for reporting the cancelled debt to the IRS, and to advise the debtor of this reporting via Form 1099-C. DCAMS automates this process by selecting the cases that will be sent an IRS Form 1099-C, producing the statement for each case selected, and transmitting an electronic file to the IRS by January. CAIVRS Reporting: Delinquent debts are reported to HUD's Credit Alert Interactive Verification System (CAIVRS). The information reported is the debtor's name, the debtor's taxpayer identification number, and the DCAMS claim number. DCAMS uses automation to provide CAIVRS with a monthly file. Financial Reporting: The DCIA requires CFO agencies to report on their collection and servicing performance of delinquent receivables via Treasury Report on Receivables (TROR). The TROR serves as a management report that informs Federal decision makers of the gross book value of the receivables owed to Federal agencies and the status of the Federal Government's debt portfolio. The numbers provided in the TROR must reconcile with the agency's financial statements. DCAMS supports this reporting mandate by producing automated TROR outputs used by FHA accounting staff to prepare the TROR for submission to Treasury through HUD's CFO. DCAMS produces TROR outputs for each of the 26 debt programs serviced by the FOC as well as various roll-ups of different groupings of receivables. DCAMS produces other outputs used by FHA accounting staff for inclusion in FHA's Subsidiary and General Ledgers. These outputs comply with requirements established by the Credit Reform Act of 1991. DCAMS also produces Trial Balance Reports to assist the FHA accounting staff in their preparation of financial statements. HUD occasionally requests additional information for general inquiries, custom reports, and data extracts that fall outside current system reporting functionality. On average, FOC makes two requests per month for ad hoc reports. Current Environment: DCAMS-F71/F71A is an IBM mainframe application run at the HUD data center facility. The application utilizes COBOL II programming language and Customer Information Control System (CICS) for online employing of the Virtual Storage Access Method (VSAM) for data access. GENERAL DESCRIPTION OF WORK Below are the characteristics of the DCAMS skill and knowledge requirements: a. Provide Operation &Maintenance Support examples data fixes, adhoc queries, review and fixing job failures, etc. b. Provide software modification services for DCAMS c. Provide Development Modernization and Enhancement Support Strong working knowledge of the following: 1. VSAM an IBM mainframe environment. 2. MVS/zOS 3. COBOL II 4. CICS 5. JCL 6. Endeavor Configuration Management Tool 7 Project Management skills 8. Accounting practices. CONTEMPLATED MAGNITUDE OF THE PROJECT HUD is currently utilizing a COTS package with COBOL II, CICS, JCL, and VSAM as underlying software. Although the system is at a steady state, some ad-hoc reports and extract files must be created utilizing DCAMS COTS package. On occasion some changes to the system are required due to congressional mandates, OMB Circulars, etc. CONTEMPLATED PLACE OF PERFORMANCE Offsite performance at the contractor's work site. 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 10 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: sally.a.aultman@hud.gov and Phyllis.M.Brown@hud.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice - DCAMS 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 p.m. on 28 December 2015. Late responses will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NO/NO/DU100I-16-RFIDCAMS/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN03976541-W 20151224/151222234829-660803474355dd349f14733c015428d8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.