SOURCES SOUGHT
R -- Loan Sales Compliance Analytics and Monitoring Services
- Notice Date
- 2/12/2020 4:36:26 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- CPO : RESEARCH AND COMMUNITY SUPPOR WASHINGTON DC 20410 USA
- ZIP Code
- 20410
- Solicitation Number
- SS-2020-H-0046
- Response Due
- 2/26/2020 12:00:00 PM
- Archive Date
- 02/27/2020
- Point of Contact
- Brenda K. Lee, Phone: 202 402 3504, Fax: 202 401- 2032
- E-Mail Address
-
brenda.k.lee@hud.gov
(brenda.k.lee@hud.gov)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; Veteran and Service-disabled Veteran-owned Small Businesses, Women-owned Small Businesses and Economically Disadvantaged Women-owned Small Business (EDWOSB) to sells certain of its defaulted loan portfolio (multifamily, healthcare, and single family to include HECM loans) to expedite the disposition of defaulted assets, maximize the recoveries from sales proceeds to the FHA insurance fund, and address the FHA�s public policy objectives of homeownership, affordable housing and neighborhood stabilization. This requirement supports the asset sales function relative to program compliance with existing loan sale programs. The Office of Finance and Budget was established in Fiscal Year 2001 to sell FHA defaulted mortgage notes. The single family loan sale program began in 2002 with Public/Private Joint Ventures under the authority in Section 601 of the National Housing Act. The objective of the OAS is to maximize the recoveries to the Federal Housing Administration (FHA) insurance funds. The OAS conducts sales of defaulted mortgage notes that have been acquired through the submission of claims by FHA approved lenders or assigned to HUD by the lender.� With the goal of maximizing recoveries to the FHA insurance funds, the OAS conducts competitive auctions, selling the defaulted mortgages primarily to private sector entities, nonprofits and units of local governments at pricing that represents the highest recoveries to the FHA mortgage insurance fund. Since 2010, the OAS has managed the disposition of over 100 multifamily and healthcare mortgage loans totaling approximately $1.039 billion in Unpaid Principal Balance (UPB) in nine loan sale initiatives and has grossed proceeds of more than $482 million and more than 11 whole loan single family sales totaling about $16.7 billion in UPB. The Contractor�s primary objective is to ensure that, the Loan Sale program is operated and managed in compliance with the applicable policies and procedures. Primarily, the Contractor shall provide the OAS with analytics and monitoring services to inform internal and external compliance with the existing policies, requirements, and procedures. The Contractor shall conduct analytics and provide monitoring services to determine lender compliance with loss mitigation, review loan eligibility for single family loan sales, conduct an annual review of bidder qualifications processes, and analyze on post sale requirements to include analysis of purchaser reported disposition outcomes.� The Contractor shall also review and monitor post settlement issues and provide recommendations on how to resolve and assess program risks and recommend risk mitigation strategies. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents� Response must directly demonstrate the company�s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above 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 pages, and must include: Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. Business size for NAICS XXXX (size standard $ 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 Vendor Information Pages). DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.).� Companies also must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 to be considered as potential sources. 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. 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 firm�s status (see item #3, above) � Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, 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, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. 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 announcement. � Responses to this announcement will not be returned, nor there any ensuing discussions or debriefings of any responses.� However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HUD, OCPO may contact one or more respondents for clarifications and to enhance the Government�s understanding.� This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT VIA E-MAIL to Brenda K Lee at Brenda.K.Lee@hud.gov no later than February 26, 2020 3:00 PM Eastern Time for consideration. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0cdc119425b64072924d27d15c697c79/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Record
- SN05561368-F 20200214/200212230159 (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 |