Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2011 FBO #3536
SOURCES SOUGHT

R -- Legal Services for HUD Closings

Notice Date
7/29/2011
 
Notice Type
Sources Sought
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
Department of Housing and Urban Development, OCPO, Office of Policy and Systems, Community Service/Housing Support Div, 451 7th Street SW, Washington, District of Columbia, 20410, United States
 
ZIP Code
20410
 
Solicitation Number
R-2011-HR-00168-1
 
Archive Date
8/20/2011
 
Point of Contact
Hope A. Brooks,
 
E-Mail Address
hope.a.brooks@hud.gov
(hope.a.brooks@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 (HUD). The purpose of this RFI is to identify qualified certified 8(a) law firms capable of performing the work 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 Office of General Counsel (OGC) is responsible for providing all legal advice and services to the Assistant Secretary for Housing-Federal Housing Commissioner which is necessary to originate and close Federal Housing Administration insured mortgage. The Office of General Counsel is seeking a contractor to close approximately 300 FHA-insured Multifamily and Healthcare mortgage loans for the Office of Housing and the Office of Healthcare Programs. The closings will be limited to transactions involving the acquisition or refinancing of an existing project that does not require substantial rehabilitation loans primarily in the geographic areas covering Regions 4 & 5 (North Carolina, South Carolina, Georgia, Florida, Tennessee, Alabama, Missouri, Kentucky, Ohio, Indiana, Missouri, Minnesota, Illinois, and Wisconsin.) The anticipated Period of Performance is for a 12 month base period with two 12-month Option Periods. Interested parties shall provide a detailed capability statement that would allow the Government to determine that they have the expertise, experience, and knowledge to perform these requirements. Within the capability statement, describe your understanding of the requirements by defining the specific labor categories necessary to meet the desired requirement. Capability statements must address any prior experience and or contracts that reflect similar type and scope of work and the number of concurrent staff resources available. Contract place of performance may be performed at the contractor facility. The NAICS Code is 541110 "Legal Services." The small business size standard is $4,000,000. Only 8(a) small business offerors are encouraged to respond to this notice. Please 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 the work described above in sufficient level of detail to allow a definitive qualitative evaluation; and evidence that the respondent can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 ("Limitations of Subcontracting"). Submissions shall also address the following: 1) Business name, address, telephone number 2) Name, title, telephone number, and e-mail address, etc. 3) Socio-economic classification (8 (a) status) and point of contact. 4) Business size for NAICS 5) DUNS number 6) 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. Please note: contractors do not need to be registered in CCR in order to respond to the RFI. 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. 7) Provide evidence of experience and knowledge in closing FHA-insured Healthcare and Multifamily Mortgages. 8) Please limit narrative responses to 20 pages, 12 pt. font and 1 inch margins. Please submit copies of any documentation such as letters or certificates to indicate the firm's status. Teaming arrangements are encouraged, 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. Responses to this announcement will not be returned. Further, there will not be any 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. 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 all capability statements via e-mail to Hope Brooks at hope.a.brooks@hud.gov no later than August 5, 2011, 12:00 p.m. Eastern Standard Time (EST) for consideration. 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 this procurement; 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 procurement strategy, nor do they commit HUD to a particular course of action or a particular timeline. 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 the RFI and request other capability statements and/or similar documentation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b269ef79d69e4c841b8fb57923b4255f)
 
Place of Performance
Address: Washington, District of Columbia, 20410, United States
Zip Code: 20410
 
Record
SN02515694-W 20110731/110729235258-b269ef79d69e4c841b8fb57923b4255f (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.