SOURCES SOUGHT
D -- Loan Performance Servicing Data
- Notice Date
- 10/8/2024 12:31:04 PM
- Notice Type
- Sources Sought
- NAICS
- 519290
—
- Contracting Office
- CPO : OFF OF CHIEF PROC OFFICER WASHINGTON DC 20410 USA
- ZIP Code
- 20410
- Solicitation Number
- LoanPerformanceServicingData
- Response Due
- 10/18/2024 11:00:00 AM
- Archive Date
- 11/02/2024
- Point of Contact
- Ann Turner, Travis Sutton
- E-Mail Address
-
ann.j.turner@hud.gov, travis.l.sutton@hud.gov
(ann.j.turner@hud.gov, travis.l.sutton@hud.gov)
- Description
- 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 to obtain an annual on-line data subscription access to loan limit data, loan servicing and performance data, and loan securities data. 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 519290, Web Search Portals and All Other Information Services. The size standard for this NAICS is 1,000 employees. The Product Service Code (PSC) is DA10, IT And Telecom - Business Application/Application Development Software as A Service.� 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 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 Evaluation (OE), located in the Office of Risk Management and Regulatory Affairs in the Office of Housing, is responsible for monitoring the performance of FHA�s single family and multifamily programs. It prepares periodic reports to the FHA Commissioner on FHA business activities and oversees the statutorily mandated annual actuarial review of FHA�s largest insurance fund. OE is also responsible for assessing the financial impact on FHA�s insurance funds of new or existing policies and programs and evaluating relationships between current economic and market conditions and FHA program goals and objectives. With the advent of credit reform, The Office of Evaluation has become responsible for developing, maintaining, and updating cash flow models used to estimate credit subsidy rates for FHAs budget and liability for loan guarantee for FHAs annual financial statement. These cash flow models use historical data for loans grouped into risk categories to calculate the net present value of cash flows over the life of a book of business. Cash flows are estimated for premiums, claims, and recoveries. A credit subsidy rate for each risk category is calculated by dividing the net present value of cash flows by projected endorsements. If the credit subsidy rate is positive, FHA needs appropriations of credit subsidy (as well as commitment authority) before it can endorse new loans. 1. To support the mission above, Housing FHA is statutorily required to provide: 1) an Independent Actual Review of the Mutual Mortgage Insurance (MMI) Fund. 2. Annual Report to Congress, and 3. Published Loan Limit data by MSA. All three of these statutory mandates require comprehensive loan performance data for loan limits, loan servicing performance and loan securities data. General Description of Work: The Contractor shall provide annual on-line data subscription access to loan limit data, loan servicing and performance data, and loan securities data. See the attached draft Statement of Work (SOW). Contemplated place of performance: The place of performance shall be at the Contractors facility. �� Contemplated period of performance: The Period of Performance shall be for one base period of 12-months and four 12-month option periods. RESPONSE INFORMATION THIS IS AN SOURCE SOUGHT ONLY to identify sources that can provide Federal Housing Administration (FHA), annual on-line data subscription access to loan limit data, loan servicing and performance data, and loan securities data Interested vendors are those vendors who have interest in providing a response to the sources sought 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 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 effectively and efficiently perform the requirements described in the SOW in sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed in the SOW 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 519290, (size standard 1,000 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). Unique Entity ID, 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 as requested 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 source sought. Responses to this sources sought will not be returned, nor will there be any ensuing discussions or debriefings of any responses.� However, information obtained as a result of this sources sought 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 sources sought 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 Ann Tuner, ann.j.turner@hud.gov and Travis Sutton,�travis.l.sutton@hud.gov�no later than 18 October 2024, 2:00:PM Eastern Time for consideration.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cad87d9b7b474ffb85682b6dafaded9e/view)
- Place of Performance
- Address: Washington, DC 20410, USA
- Zip Code: 20410
- Country: USA
- Zip Code: 20410
- Record
- SN07236387-F 20241010/241008230113 (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 |