SOURCES SOUGHT
R -- Administrative Receivership Services for Gary Housing Authority - Sources Sought
- Notice Date
- 1/29/2014
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Housing and Urban Development, OCPO, Western (Denver) Field Contracting Operations, Denver Operations Branch, NFW, 1670 Broadway, 23rd Floor, Denver, Colorado, 80202-4801
- ZIP Code
- 80202-4801
- Solicitation Number
- RCS-P-14-00009
- Archive Date
- 2/28/2014
- Point of Contact
- Christopher S. Stuart, Phone: 3036725278
- E-Mail Address
-
christopher.s.stuart@hud.gov
(christopher.s.stuart@hud.gov)
- Small Business Set-Aside
- N/A
- Description
- Administrative Receivership for Gary Housing Authority Sources Sought THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for offers, quotes or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool only to determine the capability of potential sources. The Department of Housing and Urban Development (HUD) is contemplating establishing a contract under NAICS Code(s) 541611 Administrative Management and General Management Consulting Services, and the Small Business Standard is $14 Million, PSC Code R406 Professional Program Management/Support, for Administrative Receivership Services for Gary Housing Authority, and is issuing this Request For Information (RFI) in order to solicit responses from capable sources and capability statements to ensure sufficient competition exists to meet the government’s requirements. Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research, provided that the joint agreements conform to FAR 52.219-14, Limitations in Subcontracting. HUD seeks a Contractor who shall provide services to assist the Recovery Administrator with the day-to-day operations of Gary Housing Authority, located in the state of Indiana, a severely troubled PHA currently in federal receivership, including monitoring and maintaining all systems, policies, procedures, personnel, and programs and ensuring compliance with HUD programs rules and all applicable Federal, State, and Local government requirements. The Contractor shall operate the capital, operating, and voucher programs of the agency, and all associated programs and activities, effectively and efficiently and in compliance with applicable statutes, regulations, program requirements and contractual obligations. The contractor must have experience with severely troubled Public Housing Authorities (PHA) and be able to demonstrate outcomes achieved toward recovery during their PHA work. Please review the performance work statement (PWS) and provide your feedback to Christopher Stuart at Christopher.S.Stuart@hud.gov. Please call 303-672-5278 if there are questions. BACKGROUND The Gary Housing Authority (GHA), a public agency created through Indiana state law, manages 2,129 units, 1,875 under the Annual Contributions Contract (ACC) in eleven developments, geographically divided into nine asset management projects (AMPs). The GHA, through Section 8 funding, administers 1,648 Housing Choice Vouchers and 53 Moderate Rehabilitation units. A large-sized public housing agency with approximately 97 employees (60 FTE and 37 PT Security Officers), There are two mixed-finance developments managed by McCormack Baron. The GHA’s Housing Choice Voucher (HCV) Program is currently managed by CVR Associates Incorporated. The HCV program is currently a high performer under SEMAP. The GHA has been troubled since August 20, 2003. On June 22, 2011, GHA was designated troubled by HUD’s Real Estate Assessment Center (REAC) based on a failing Public Housing Assessment System audited financial score of 0 (of 30), physical score of 18 (of 30), management score of 25 (of 30), Capital Fund score of 9(of 10), and an overall score of 52 (of 100) for the fiscal year ending March 31, 2010. Scores issued on February 15, 2013 for fiscal ending March 31, 2012 notified the agency that its scores decreased, only receiving 33 out of 100 points (physical score of 21(of 40), financial score of 0(of 25), management score of 8(of 25), capital score of 5(of 10) and a late penalty point (-1). On April 2, 2012, due to the agency’s troubled status, GHA, the City and HUD entered into a Recovery Agreement accompanied by an Action Plan. Prior to that, GHA had entered into seven different Memorandums of Agreement (MOAs) for lack of compliance. In each MOA, the agency failed to implement any of the recovery recommendations as listed in the plans. Additionally, GHA is involved in three repayment agreements, based on the Office of the Inspector General’s (OIG) audit of HA’s Section 8 Housing Choice Voucher (HCV) program. Over the last several years, several leadership teams composed of HUD staff and contractors have been put in place to recover the agency, but numerous problems persist. While efforts are underway to implement asset management and to modernize the housing developments, GHA still lacks a clear, well-defined mission, a well-formulated business and operation plan, and adequate financial management systems. These issues must be confronted and will be factored into a plan and time-line for recovery. As a result of failing to meet the goals outlined in the April 2012 Recovery Agreement and Action Plan, the Mayor of the City of Gary worked with HUD Officials and executed a Cooperative Endeavor Agreement (CEA). The CEA allowed for the transfer of HA’s assets, projects and programs to HUD. As of August 2012 a Recovery Administrator has been appointed to fulfill the duties of the Board of GHA and HUD also appointed an Executive Director to run the day-to-day operations. DEFINITIONS Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. Contracting Officer (CO): A person with authority to enter into, administer, and/or terminate contracts and make related determinations and findings on behalf of the Government. Note: the only individual who can legally bind the Government. Days: Means calendar days unless otherwise stated. Defective Service: A service output that does not meet the standard of performance associated with the Performance Work Statement. Deliverable: Anything that can be physically delivered, but may include non-manufactured things such as plans, reports and training. Government Technical Representative (GTR): An employee of the U.S. Government appointed by the Contracting Officer to perform contract administration activities in regard to technical issues. This individual has authority to provide technical direction to the Contractor as long as direction is within the scope of the contract, does not constitute a change and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. Key Personnel: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel clause. When key personnel are used as an evaluation factor in best value procurement, offerors can be rejected if they do not have firm commitments from the persons that are listed in the proposal. Performance Work Statement (PWS): A work statement for performance based acquisitions that describe the required results in clear, specific and objective terms with measurable outcomes. Quality Assurance (QA): Policies and procedures adopted by the Government to ensure that services acquired under Government contracts conform to the contract’s quality requirements. Quality Assurance Surveillance Plan (QASP): A plan describing how the agency will survey, observe, test, sample, evaluate and document the contractor’s performance in meeting critical performance standards identified in the contract. Quality Control (QC): All necessary measures taken by the Contractor to assure that the quality of an end product of service shall meet contract requirements. Subcontractor: Any person, other than the prime Contractor, who offers to furnish or furnishes any supplies, material, equipment, or services of any kind under a prime contract or a subcontract entered into in connection with such prime contract, and any person who offers to furnish or furnishes general supplies to the prime contractor or a higher tier subcontractor. The Government does not have privity of contract with a subcontractor. GENERAL DESCRIPTION OF WORK • Previous experience in managing and overseeing all operations and programs of a severely troubled GHA, including the HCV program. • The ability to develop, revise and implement policies in procedures and internal controls. • Experience in maintaining IT systems. • The ability to maintain personnel and management structures needed for a successful return of the agency to local control or repositioning of the Agency. • Past experience in operating the capital and operating funds. • Demonstrate knowledge of all GHA programs and activities, and the ability to effectively and efficiently to ensure compliance with applicable statutes, regulations, program requirements and contractual obligations, and monitor and maintain all key improvements achieved during the contract period. • At the direction of the Recovery Administrator for GHA, undertake all actions, within the authority provided to the Secretary of HUD under Section 6(j) of the United States Housing Act of 1937, 42 U.S.C. 1437d(j). CONTEMPLATED PERFORMANCE METRICS HUD will develop a Quality Assurance Surveillance Plan to be used to provide contract oversight. In conjunction with the Contractor’s Quality Control Plan and various other methods of assessing performance, the GTR and GTM will perform on-site reviews and/or other types of verification to determine that the specified target performance requirements have been met. Areas of contempated performace metrics are: 1. Plans, assessments, strategies, policies and procedures will be completed in a timely and written to conform to HUD requirements, documents will be returned no more than twice for revisions. 2. Summary and Monthly Reports shall be submittd timely and written to conform to HUD requirements. 3. Compliance reviews for HUD required policies and procedures identify minimal or no deficiencies. 4. Capital Funds are obligated and expended with the HUD mandated time frames. 5. AMPS have an 85% occupancy rate within 3 months of contract execution; 90% within 6 months of contract execution and 97% within 9 months of contract execution. 6. HCV program compliance reviews. 7. Maintain agency operations and achieve standard performance under PHAS within 12 months of contract execution. 8. Maintain SEMAP high performance status. 9. Achieve unqualified audit for period of contract. 10. Emergency Workorders are completed within 24 hours and routine work orders average 5 days. 11. Leasing potential is maximized using either UML or Budget Authority. CONTEMPLATED REPORT REQUIREMENTS • Comprehensive Recovery and Sustainability Plan • Performance Evaluation Plan and Tool • Transition/Exit Plan • Real Estate Status Report • Real Estate Management Plan • Leasing Plans • Demolition/Disposition Plan for Uninhabited Units • Real Estate Management and Maintenance Policies, Procedures, and Internal Controls • Resident Services Plan • Section 3 Strategy and Standard Operating Procedure • Monthly Status Report for the HCV program including any issues with the existing contract • Outreach Plan Recommendations • Management Work Plan • Quality Control Plan CONTEMPLATED MAGNITUDE OF THE PROJECT The estimated magnitude of this project is between $1,400,000.00 and $2,808,000.00. CONTEMPLATED PLACE OF PERFORMANCE Gary Public Housing Authority, Indiana RESPONSE REQUESTED Small Businesses are encouraged to respond. This synopsis is a market research tool being used to determine the availability and capability of potential sources prior to determining the method of acquisition and whether the government will proceed with this acquisition. The Government will not pay for any information solicited. If a contract is ultimately pursued, responses to this synopsis will be used to aid in determining whether the acquisition is set-aside for small business or in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The capability statement shall address, at a minimum, the following for the past five years: 1. Name and address of company and or companies (if there is a teaming arrangement or joint venture); 2. Technical expertise relevant to severely troubled PHAs or receivership PHAs; 3. Technical approach relevant to severely troubled PHAs or receivership PHAs; 4. Management approach relevant to severely troubled PHAs or receivership PHAs; 5. Indicate if you are a small business or any other socio-economic categories that apply to your firm under the designated NAICS code; 6. Relevant past performance. Your capability statement needs to include a list of three customers (Government/non-Government) within the past five (5) years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. Your submission for relevant past performance must include for each customer: • Contract name; • Contracting Agency or Department, POC and contact information; • Yearly contract value (in $); • Whether your firm was the prime or a subcontractor; • Period of performance; • Description of work and how it relates to the requirements. Submission requirements: 1. Page limit - eight (8) 8 ½ x 11 pages 2. 1 inch margins (top, bottom and sides) 3. Times New Roman font - 12 point 4. Page limitation does not include (1 cover page or 1 letter of introduction page) 5. Do not include promotional materials. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not exceed eight (8) pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. The Government technical team will then assess the experience & capabilities based on: 1) technical expertise relevant to the requirement; 2) technical approach relevant to the requirement, 3) management approach relevant to the requirement, 4) corporate experience relevant to the requirement, and 5) relevant past performance. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses. Only electronic copies of capability statements will be accepted and should be emailed to: christopher.s.stuart@hud.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice – Administrative Receivership for Gary Housing Authority. The Government may use the responses received to determine whether to proceed with the acquisition as a set-aside, or in the absence of a least two small business responses to this notice, may determine to proceed with a full and open competition. This decision and whether to proceed with the acquisition is at the sole discretion of the Government. All interested contractors should submit their capability statements by email to Christopher.S.Stuart@hud.gov by 1400 on February 13, 2014, attention POC Christopher Stuart. Late responses will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NFW/NFW/RCS-P-14-00009/listing.html)
- Place of Performance
- Address: Gary Housing Authority, Gary, Colorado, 46402, United States
- Zip Code: 46402
- Zip Code: 46402
- Record
- SN03276848-W 20140131/140129234400-150cac6f69897a30067467e5ae4238fa (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 |