Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOURCES SOUGHT

R -- Management & Administration of the US Department of Housing and Urban Development?s Program of Mortgage Insurance for Hospitals

Notice Date
5/7/2007
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Housing and Urban Development, OCPO, Program Support, Office of Program Support, NP, 451 7th Street S.W., Washington, DC, 20410, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-I-OPC-23106
 
Response Due
5/14/2007
 
Description
THIS IS NOT A SYNOPSIS FOR A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential sources prior to the issuance of a Request for Proposal for suppliers with expertise in hospital financial analysis, hospital architecture/engineering, and the HUD hospital mortgage insurance program. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought. The Department of Housing and Urban Development is soliciting information from potential sources and seeking qualified business sources on be half of the Office of Insured Health Care Facilities (OIHCF). OIHCF is looking for businesses to perform program administrative functions in accordance with policies, priorities, and directions received from HUD. Description (Estimated annuals hours 23,041) The contractor would act as an agent of the Department of Housing and Urban Development (HUD) in administering HUD's program of mortgage insurance for hospitals. The contractor would provide the services of employees with expertise in hospital financial analysis, hospital architecture/engineering, and the HUD hospital mortgage insurance program. They would perform program administrative functions in accordance with policies, priorities, and directions received from HUD. Account Executive The Account Executive (AE) shall acts as the primary client interface for the applicant hospital or portfolio hospital, responsible for application review and loan modification processes, project management, and appropriate contact with and notification to mortgagees and hospitals. The AE shall lead an underwriting team that analyzes mortgage insurance applications from mortgage bankers on behalf of hospitals, including analysis of the financial feasibility study submitted with the application. The AE shall present the team's assessment of the hospital's creditworthiness to a credit committee with recommendations for approval, denial, or conditions. The AE shall act as HUD's primary monitor of the financial condition of each hospital in his or her assigned portfolio of insured loans, review requests for loan modifications and other transactions requiring prior HUD approval, keep clients informed of status of transactions, and coordinate and lead all client meetings. Design Review The contractor shall be responsible for all aspects of project design review during the mortgage insurance application process. This shall include: (a) provision of preapplication advice and guidance on hospital design and contracting issues; (b) review and approval of the proposed building program; (c) review and approval of architectural and engineering plans and specifications; and (d) review and approval of construction-related documents. Construction Monitoring The contractor shall be responsible for monitoring all hospital construction projects funded with insured mortgage proceeds in an effort to have projects completed on time, within budget, and in accordance with approved plans and specifications. These responsibilities include conducting monthly progress inspections. Asset Management The contractor shall maintain an in-depth knowledge of each health care institution with a HUD-insured or HUD-held mortgage loan and maintain a current file of information and analysis of the financial condition of each of these institutions. These services shall include identification of problems, development of strategies and plans to reduce HUD's insurance risks, and presentation of suggestions and options to hospital managers and boards. Special Requirements The contractor must have extensive experience and expertise in all aspects of the design and construction of acute care hospitals. Experience must include large urban facilities and small rural facilities. The Contractor must have the capability to handle workload at least at the present level, which consists of 26 hospital projects under construction and 6 projects proposals under review. Respondents having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought including, commercial market information and company information via e-mail, substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontract, brief description of services, Contracting Officer's Representative (COR) name, COR email and telephone number. Request corporate information, specify the company name and address, corporate contact points, CAGE code and attach a copy of your current CCR data. Response should include the following company information: company name, address, point of contact, phone number and email address. Respondents must respond to all of the following: Address how you will provide the requirement of nationwide support. Address how you recruit and maintain the types of personnel required by the Performance Work Statement, to include supervisory, administrative, instructional, or other direct and indirect labor categories. Provide the types of labor categories you would use. Recommend levels of experience for each labor category. Describe your experience in providing the same/similar Services to include size and scope. Financial information to support start up costs and fiscal reserves. Address any partnering and mentor relationships you will use. Discuss how you propose to accomplish the OIHCF requirement. Respondents are requested to submit a Capability Statement that clearly addresses your corporate capabilities to meet the information above. The capability statement is not to exceed 20 pages must provide a summary of relevant experience and knowledge that addresses the entire scope of this requirement. The statement must include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontract, brief description of services, Contracting Officer's Representative (COR) name, COR email, and COR telephone. Request corporate information, specify the company name and address, corporate contact points, CAGE code and attach a copy of your current CCR data. The anticipated period of performance for this requirement is a 12 month base with one one year option. All data received in response to this Sources Sought solicitation that is marked, as corporate proprietary will be fully protected from release outside the Government. Please do not submit classified material. Again, this synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought solicitation. No reimbursement will be made for any cost associated with providing information in response to this solicitation. All responses must be submitted by email to the point of contact Leslie M. Nichols; Leslie_M._Nichols@HUD.GOV; no other method of transmittal will be accepted. Large files should be submitted as .pdf or password protected zip files. Capability statements must be received by this office no later than 4:30 pm EST on May 14, 2007. Please note that submission of capability statement does not constitute further consideration.
 
Place of Performance
Address: US Department of Housing and Urban Development, Housing Procurement Management Division, 451 7th Street SW, Room 2222, Washington, DC
Zip Code: 20410
Country: UNITED STATES
 
Record
SN01288742-W 20070509/070507220321 (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.