Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
SOLICITATION NOTICE

R -- Field Service Management (FSM) 3.6 - HUD Management and Marketing Services - FSM 3.6 Area Map - Draft Performance Work Statement

Notice Date
3/30/2012
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Housing and Urban Development, Atlanta Operations Branch, Atlanta Operations Branch, NFSA, 40 Marietta Street, 14th Floor, Atlanta, Georgia, 30303-2806
 
ZIP Code
30303-2806
 
Solicitation Number
DU-204-SB-12-R-0001
 
Archive Date
5/30/2012
 
Point of Contact
Kristin L. Tucker, Phone: 6787322641
 
E-Mail Address
kristin.l.tucker@hud.gov
(kristin.l.tucker@hud.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Draft Performance Work Statement FSM 3.6 Area Map - Please note that the areas in grey are not being solicited at this time. The United States Department of Housing and Urban Development (HUD) intends to solicit offers in response to Request for Proposal (RFP) number DU204SB-12-R-0001 to contract for all necessary Field Service Manager (FSM) services in support of HUD's single-family Real Estate Owned (REO) property inventory. HUD intends to award separate single-award Indefinite Delivery Indefinite Quantity (IDIQ) FSM contracts o manage HUD Owned Single Family Properties within each of the following twelve (12) geographic areas: 3A (Illinois), 4A (Indiana and Kentucky), 5A (North Carolina and South Carolina), 6A (Tennessee, Mississippi, and Alabama), 7A (Georgia), 8A (Florida, Puerto Rico and the US Virgin Islands), 3S (Arizona), 4S (Idaho and Nevada), 5S (California, Hawaii, Guam, N. Mariana Islands, and the American Samoa), 6S (Oregon, Washington, Alaska), 4D (Iowa, Nebraska, South Dakota, and Wisconsin), and 5D (Montana, Minnesota, North Dakota, and Wyoming). This requirement will require interaction with existing and future HUD Contractors, homebuyers, investors, the real estate industry, nonprofit housing and advocacy organizations, Federal, state and local governments and HUD staff. The Federal Housing Administration (FHA), an organizational unit within HUD, administers the single-family mortgage insurance program. FHA insures approved lenders against the risk of loss on loans they finance for the purchase, and in some instances rehabilitation, of single-family homes. In the event of a default on an FHA insured loan, the lender acquires title to the property by foreclosure, a deed-in-lieu of foreclosure, or other acquisition method, files a claim for insurance benefits and conveys the property to HUD. As a result of acquisitions through the mortgage insurance program and other programs, HUD has a need to manage and sell a sizable inventory of foreclosed single-family homes in a manner that promotes home ownership, preserves communities, and maximizes return to the FHA insurance funds. HUD is the largest single seller of real estate in the US. HUD has identified five primary objectives for its FSMs which are to insure: 1) HUD Property Inspection Report (HPIR) and ongoing inspection of properties are performed and all documents are complete, accurate and submitted in a timely manner; 2) Insure the security of the properties and debris are removed timely; 3) Perform cosmetic enhancement/repairs within established timelines; 4) Investigate and make payment of Home Owners Association and utility fees prior to scheduled closing dates; and 5) Perform on-going maintenance of real properties and track disposition activity from conveyance to sale. HUD conducted significant market research in support of this requirement, including issuing a public Sources Sought notice in Fedbizopps, https://www.fbo.gov/index?s=opportunity&mode=form&id=2dfc4a99aa9de6ed67b2c91896924043&tab=core&_cview=0, and hosting a separate Industry Day event. Based on the results of the market research, HUD has determined that the following opportunities will be set aside for small businesses under the corresponding FAR Part 19 small business programs: 8 total SB set-asides (5S, 6S, 3A, 4A, 5A, 6A, 4D, and 5D); 2 SDVOSB set-asides (3S and 8A); and 1 8(a) set-aside (4S). The 7A area will be solicited on an unrestricted basis for full and open competition. Offers received in response to the solicitation will be evaluated in accordance with FAR Part 15.101-2, Lowest Price Technically Acceptable (LPTA) procedures. The North American Industrial Classification System (NAICS) code for this acquisition is 561720 - Janitorial/Custodial Services with an identified Business Size Standard of $16.5 million. HUD anticipates issuing a total of 12 contracts, resulting in a single contract award for each area. The resultant contract (s) will be Hybrid, Indefinite Quantity/ Fixed-Price (Fixed Unit Rate) and Cost Reimbursement Award type contract, with a nine month base period, plus four one-year option periods. The solicitation is expected to be released in April 2012. Proposals will be due 30 days from issuance of the solicitation, and awards are anticipated in September 2012. In order to be eligible for award, firms must be registered in the Central Contractor Registration (CCR) database under the corresponding NAICS code and must meet any business size restrictions imposed under the set-aside category. Businesses may obtain information on registration by calling 1-888-227-2423, or via the Internet at website www.ccr.gov. Upon issuance, the solicitation document may be obtained via the Federal Business Opportunity website https://www.fbo.gov/index.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NFS/NFSA/DU-204-SB-12-R-0001/listing.html)
 
Place of Performance
Address: Various Locations - See Attached Area Map, United States
 
Record
SN02710139-W 20120401/120330234826-23fb85bb7c7c64657bba6a58ec180dd4 (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  © 1994-2020, Loren Data Corp.