Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOLICITATION NOTICE

R -- AMS/AVM Support Services-FY 12 Action

Notice Date
12/21/2011
 
Notice Type
Presolicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Acquisition Service- Frederick;Department of Veterans Affairs;8490 Progress Drive, Suite 100;Frederick MD 21701
 
ZIP Code
21701
 
Solicitation Number
VA79812RP0001
 
Archive Date
2/19/2012
 
Point of Contact
Donna Neto
 
E-Mail Address
1-6303<br
 
Small Business Set-Aside
N/A
 
Description
U.S DEPARTMENT OF VETERANS AFFAIRS (VA) APPRAISAL MANAGEMENT SERVICES AND AUTOMATED VALUATION MODEL (AMS/AVM) SERVICES ACQUISITION. VA RFP: VA798-12-RP-0001 SYNOPSIS DATE: December 21, 2011 YEAR: FY 12 NAICS CLASSIFICATION CODE: 518210 CONTRACTING OFFICE ADDRESS: Office of Acquisition Operations Acquisition Service-Frederick (ASF) 8490 Progress Drive, Suite 100 Frederick, Maryland 21701 SUBJECT: Appraisal Management Services / Automated Valuation Model (AMS/AVM) Services Acquisition PROPOSED SOLICITATION NUMBER: VA798-12-RP-0001 RELEASE DATE: Draft Solicitation early 2012 POINT OF CONTACT: Donna Neto, Contract Specialist Phone: 202-461-6303 E-Mail Address: donna.neto@va.gov Teresa Lamb, Contracting Officer E-Mail Address: teresa.lamb@va.gov PLACE OF CONTRACT PERFORMANCE: The majority of the work shall take place at the contractor's site, however where specifically stated in the PWS, some functions may be performed at the Government's facilities. No work at any Government site will take place on Federal holidays or weekends, unless directed by the Contracting Officer. The award entails services provided within the U.S. The U.S. is defined as the 50 States, Territories and possessions, the District of Columbia, the Commonwealth of Puerto Rico, and the Commonwealth of the Northern Mariana Islands. The service provider must be able to provide all services with the same service level within all geographic locations. SET-ASIDE STATUS: N/A SUMMARY: The Construction and Valuation Section (C&V) of Department of Veterans Affairs (VA)'s Loan Guaranty Service (LGY) is responsible for the quality of appraisal reports on properties offered as security for VA guaranteed loans. Historically, lenders submitted appraisal requests by telephone to a local VA Regional Office (RO). Each RO managed a fee appraiser panel for its jurisdiction. The fee appraiser panel is comprised of VA-approved independent appraisers. VA assigned the appraisal to an approved fee appraiser located in or near the area where the subject property was located. The completed appraisal report was mailed or hand-delivered to the RO for review and subsequent issuance of a Certificate of Reasonable Value (CRV) by a VA Staff Appraiser. The CRV forms were later replaced by Notifications of Value (NOV). As automation advanced, lenders started requesting appraisals electronically and an automated VA system provided the name and contact information for the assigned appraiser. Shortly thereafter, VA began authorizing lenders to perform reviews of completed appraisal reports and issue NOVs through the Lender Appraisal Processing Program (LAPP). The lender's Staff Appraisal Reviewer (SAR), usually an underwriter employed by the lender, received training by VA staff on the review process and issuance of the NOV. This procedure currently remains in effect. Although LAPP is a voluntary program, at this time approximately 96% of the total volume is processed under this program. In 2002, VA completed a nationwide initiative that consolidated 46 ROs with loan guaranty operations to nine (9) Regional Loan Centers (RLCs). This allowed some efficiency; however, as VA moves forward, it is essential that proven technological advances be taken advantage of in order to improve resource management and to continue providing quality benefits to our nation's veterans, in a more cost efficient manner. This requirement will support the procurement of Automated Appraisal Management Services (AMS) and Automated Valuation Model (AVM) services to further enhance the appraisal review process, thereby improving the oversight functions of C&V. Veterans Benefits Administration's (VBA) objectives are listed below: 1.Improve the credibility and quality of individual appraisal reports. a.Create quality benchmarks and standardized scoring method and metrics for appraisals. b.Identify systemic quality issues. 2.Improve the quality of individual appraiser performance. a.Create quality benchmarks and standardized metrics for individual appraisers. b.Identify appraiser-specific quality issues and deficiencies. c.Contribute to appraiser-specific remediation plans, including identifying competency gaps requiring training. d.Contribute to the development and refinement of role-specific training curriculum. 3.Automate, streamline, standardize, and improve the appraisal review process. a.Continuously enhance the collection, reporting and accuracy of data, product features, integration, process/service design, and usability. b.Leverage existing resources to perform targeted and more detailed oversight. c.Improve the quality and consistency of the appraisal review process. d.Reduce the time and cost associated with processing an individual appraisal review. 4.Decrease risk to Loan Guarantee (LGY). a.Reduce risk of fraudulent/non-credible valuations. The scope of work will include project management, AMS and AVM services, associated training, customer service, operational data reporting, IT and Online Accessibility of Information (to provide system security, establish protocols, schedule and conduct maintenance, provide search/sort/and retrieval options, QAP and recovery plan), audit, and oversight. A proven and previously fielded Commercial-Off-the-Shelf (COTS) product is required which must be capable of integration with VA systems. The COTS product must be available at the time of award and the initial implementation of AMS and AVM services shall encompass the design and integration of these services into the C& V environment within six (6) months of contract award and ensure future enhancements align with the Change Management Action Plan. This will be a Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The Government intends to make one award as a result of this solicitation. It is anticipated that the awarded contract (ID/IQ) will have a five (5) year period of performance. The solicitation will be issued during the 1st Quarter of 2012. Proposals are anticipated in approximately 30 days from the RFP distribution date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA79812RP0001/listing.html)
 
Record
SN02643266-W 20111223/111221234329-c7d6f117a667e405b770de140c543463 (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.