SOURCES SOUGHT
R -- Home Equity Conversion Mortgage (HECM) Claim Process
- Notice Date
- 5/20/2011
- Notice Type
- Sources Sought
- NAICS
- 541211
— Offices of Certified Public Accountants
- 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
- R-2011-HRO-00004
- Archive Date
- 6/17/2011
- Point of Contact
- Brenda K Lee, Phone: 202 402-3504, Brenda K Lee, Phone: 202 402-3504
- E-Mail Address
-
brenda.k.lee@hud.gov, brenda.k.lee@hud.gov
(brenda.k.lee@hud.gov, brenda.k.lee@hud.gov)
- Small Business Set-Aside
- N/A
- Description
- This Request For Information (RFI) is for planning purposes only and should not be construed as a solicitation or as an obligation on the part of the U.S. Department of Housing and Urban Development. The purpose of this RFI is to identify qualified small business (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) capable of performing the services described herein. The Government will not pay for the preparation of any information submitted or for the Government's use of that information. No contract or other instrument will be issued as a result of this RFI. The U.S. Department of Housing and Urban Development (HUD), Single Family Claims Branch (SFCB), and Single Family Post Insurance Division (SFPID) is responsible for the payment of insurance benefits based on claims filed by Lending Institutions. This includes several types of claims, including conveyance claims, loss mitigation claims, Hawaiian Homeland claims and 3 types of Home Equity Conversion Mortgage (HECM) claims. Changing policy and regulation, in addition to the economic problems faced by the United States has led to a dramatic increase in the number of home loans going into default and the number of claims being filed with HUD. To ensure that claims submitted by mortgagees for insurance benefits are reviewed and processed in an accurate and timely manner, the SFCB requires support in its control and processing of HECM claims. Currently, there are approximately 30,000 insured HECM mortgages that are in technical default. These technical defaults will either be cured by the homeowners bringing the taxes and insurance payments current or be cured via foreclosure and sale of the properties. Since cured HECM mortgages become eligible for assignment. HUD could receive thousands of additional HECM assignment claims in the near future. Those that do not cure voluntarily will enter foreclosure. At the conclusion of the foreclosure, and after property sale, these mortgages will result in Type 21 HECM claims being submitted to the Department. The foreclosure process can take months to complete. However, it is reasonable to assume that almost all 30,000 mortgages currently in technical default may come into the department as HECM claims over the next 2 years. HUD is seeking a contractor to process Home Equity Conversion Mortgage (HECM) claims in a timely and efficient manner. The Contractor shall provide the following: collection of claim packages from HUD Headquarters, receipt of the claim recordings, analysis of claim packages for completeness and correctness, preparation of letters of denial, data entry of claim elements, preparation of claim payment documents, return of claim packages to HUD for payment and payment notification to mortgagees. The Contractor shall have the qualifications, commitment, and experience to perform the services. The contractor must handle the claims from receipt to payment authorization. The Contractor must satisfy all requirements specified in this RFI. HUD anticipates making (1) award. The Period of Performance is for a 12 month base period plus (2) one year option periods. Interested vendors shall provide a detailed capability statement that would allow the government to determine that they have the expertise, experience, and knowledge to perform the requirement. Within the capability statement, describe your understanding of the requirement by defining the specific labor categories necessary to meet the desired requirement. Capability statements must address at least two prior contracts that reflect similar type, scope of services and the number of concurrent staff resources available. Contract's place of performance may be performed at the contractor facility. The NAICS Code is 541211 "Offices of Certified Public Accountants" The small business size standard is $8.5M. Interested small business offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the processes 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"). Submissions shall address the following: 1) Business name, address, telephone number 2) Name, title, telephone number, and e-mail address, etc. 3) Socio-economic classification (i.e., HUB Zone and/or 8 (a) status)) and point of contact. 4) Business size for NAICS 5) DUNS number 6) Identification of the firm's GSA Schedule, if applicable 7) Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered under the appropriate NAICS code prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained at http://orca.bpn.gov. 8) Provide evidence of knowledge, experience and expertise in processing claims for same or similar item. 9) Approved Accounting system info, if applicable 10) Please submit copies of any documentation such as letters or certificates to indicate the firm's status 11) 10 page limitation. PLEASE DO NOT SUBMIT CCR'S AND ORCA REPORT. 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. Other Information It is important to note that vendor responses are solely for the purpose of requesting industry feedback. This RFI/survey does not constitute any type of competition or prequalification. Responses are solely for the government's use in developing its strategy for the Government, therefore responses will not be evaluated, and the government is under no obligation to post the responses received from industry. The potential strategy alternative should not be construed in any way as the official Government strategy, nor do they commit HUD to a particular course of action or a particular timeline. Again, this is a market research effort to determine the capability of qualified small business to process claims as stated herein. The Government will not be responsible for the cost of creating response submissions. Vendors must appropriately mark each page of their submission that contains proprietary information. HUD will adhere to FAR policy on handling proprietary information. This is not a solicitation and no contract will be awarded as a result of this RFI notice. The Government reserves the right to post additional notices relative to this RFI and request other capability statements and/or similar documentation. Responses to this announcement will not be returned, nor will there be 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 may contact one or more respondents for clarifications to enhance the Government's understanding. The responses to this RFI may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT ALL CAPABILITY STATEMENTS VIA E-MAIL to Brenda K. Lee at Brenda.K.Lee@hud.gov no later than June 2, 2011 2:00 p.m. Eastern Standard Time for consideration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NO/NO/R-2011-HRO-00004/listing.html)
- Place of Performance
- Address: 451 7th Sttreet, Washington, District of Columbia, 20410, United States
- Zip Code: 20410
- Zip Code: 20410
- Record
- SN02453366-W 20110522/110520234841-e45b9c07c0d5229f30392993f28a9069 (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 |