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
MODIFICATION

R -- Asset Management Services - Management & Marketing (M&M 3.5)

Notice Date
7/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Housing and Urban Development, OCPO, Southern (Atlanta) Field Contracting Operations, Atlanta Operations Branch, NFSA, 40 Marietta Street, 14th Floor, Atlanta, Georgia, 30303-2806
 
ZIP Code
30303-2806
 
Solicitation Number
R-ATL-02006
 
Archive Date
10/31/2011
 
Point of Contact
Craig Karnes, Phone: 678/732-2644, Kristin Tucker, Phone: 678-732-2641
 
E-Mail Address
craig.h.karnes@hud.gov, kristin.l.tucker@hud.gov
(craig.h.karnes@hud.gov, kristin.l.tucker@hud.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NAICS Code has changed to 541611 - Administrative Management and General Management Consulting Services with an identified Business Size Standard of $7.0 million. The United States Department of Housing and Urban Development (HUD) intends to solicit offers in response to Request for Proposal (RFP) number R-ATL-02006 to contract for all necessary marketing services in support of the Asset Management (AM) requirements for the Home Ownership Centers (HOCs) located in the following three (3) geographical areas: a) Area 1S (Arizona, Idaho and Nevada); b) Area 2S (Alaska, California, Hawaii, Oregon and Washington State) and c) Area 3D (Iowa, Minnesota, Montana, North Dakota, Nebraska, South Dakota, Wyoming and Wisconsin). These services will support the marketing and resale of HUD's Real Estate Owned (REO) single family property inventory within these geographical areas (1S, 2S and 3D). The requirement will require interaction with existing and future HUD contractors, homebuyers, investors, the real estate industry (including local listing brokers), 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 identify five primary objectives for its Asset Managers Services which consist of the following: 1). Properties are accurately and competitively valued; 2) Sales achieve the highest net return; 3) Holding time is minimized; 4) Sales create homeownership opportunities and preserve neighborhoods; 5) Closing proceeds are properly accounted for and delivered to HUD in a timely manner. This solicitation will be set aside 100% to Small Business, and will be evaluated in accordance with FAR Part 15 procedures. The North American Industrial Classification System (NAICS) code for this acquisition has changed to 541611 - Administrative Management and General Management Consulting Services with an identified Business Size Standard of $7.0 million. HUD anticipates issuing up to 2 totals set aside contract awards per geographic area, for a total of 6 estimated Small Business awards. The resultant contract(s) will be Hybrid, Fixed-Price (Fixed Unite Rate) and Cost Reimbursement Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) type contract(s) with a twelve month base period, plus four one-year option periods. The solicitation is expected to be released in late August 2011 or early September 2011. Proposals will be due TBD, and awards will be TBD. Because the resulting awards will be made during Fiscal Year 2012, the solicitation will be issued subject to the availability of funds for the next Fiscal Year, FAR 52.231-19. In order to be eligible for award, firms must be registered in the Central Contractor Registration (CCR) database under the corresponding NAICS code as a qualifying Small Business. 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/R-ATL-02006/listing.html)
 
Place of Performance
Address: Geographical areas: a) 1S (Arizona, Idaho and Nevada); b) 2S (Alaska, California, Hawaii, Oregon and Washington State) and c) 3D (Iowa, Minnesota, Montana, North Dakota, Nebraska, South Dakota, Wyoming and Wisconsin)., United States
 
Record
SN02516189-W 20110731/110729235742-3fad07913e70eebb1dadc9e7976f632b (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.