SOLICITATION NOTICE
R -- Business Service Provider - DU208WR-15-R-0002 BSP
- Notice Date
- 12/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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
- DU208WR-15-R-0002
- Archive Date
- 2/7/2015
- Point of Contact
- Bernice Brown, Phone: 3036725432, Roland Davis, Phone: 3036725014
- E-Mail Address
-
Bernice.Brown@hud.gov, roland.davis@hud.gov
(Bernice.Brown@hud.gov, roland.davis@hud.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Business Service Provider Department of Housing and Urban Development, OCPO, Western (Denver) Field Contracting Operations, Denver Operations Branch, NFW, 1670 Broadway 23rd Floor, Denver, CO, 80202-4801, UNITED STATES BUSINESS SERVICE SUPPORT SERVICES. 8(a) Competitive Set-aside. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this effort is DU208WR-15-R-0002. This requirement is issued as a Request for Proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79. This solicitation is an 8(a) set aside. The North American Classification System (NAICS) Code is 541990, and the Size Standard is $15 million. Below are the CLIN's, Items, and Estimated Quantity for the basic year and each option period. The period of performance will be for a (12) month base period and four (4) 12-month option years (base period includes a 30-day start-up period followed by a 90-day conversion period). HUD intends to award one contract for Business Service Provider from this solicitation. BASE CONTRACT PERIOD AND EACH OF THE FOUR OPTION PERIODS CLIN DESCRIPTION QTY UNIT 1 Project Management (base period qty of 8) 12 MONTH 2 Standard Reports and Non-standard Reports (base period qty of 8) 12 MONTH 3 BI and Web Enhancements 4 JOB 4 Ad Hoc Programming - Rapid Development (base period qty of 8) 12 MONTH 5 Lender Performance Analysis TRS II (base period qty of 3) 4 QTR 6 Training 4 EACH 7 Special Projects 5 JOB 8 Transition Out (last year only) 1 JOB 9 90-Day Conversion (first year only) 1 JOB The U.S. Department of Housing and Urban Development (HUD) office of Single Family Asset Management (OSFAM) is seeking a Business Service Provider (BSP) to provide a website that provides for Statistical Analysis System (SAS) analytics, ad hoc report development, and geo-graphing capabilities; the system should integrate, analyze, and manage the Federal Housing Administration (FHA) single family insured loan data. Primary functions of the analytics and reporting design involves measuring the FHA servicing and loss mitigation platforms for cost and effectiveness, monitoring of lender reporting and performance, and analyzing the servicing needs for program policies, borrowers, and lenders. The Department intends to procure the services of a business service provider to provide a state-of-the-art web based technology that supports current and future HUD initiatives and requirements with a customized business intelligence architecture that allows flexible manipulation of data, delivers specific, well-defined projects, and provides in depth training to allow the HUD user full utilization of the SAS environment. In accordance with FAR 15.101-1, a best value tradeoff analysis process will be conducted. Proposals will be evaluated under three primary factors: 1) Technical Approach, 2) Key Personnel, and 3) Past Performance. The factors listed are equal in terms of importance. The final selection will be made using the qualitative factors and price as the tradeoff factors for offers ultimately determined to be technically acceptable for all factors evaluated. An offeror rated overall as unacceptable (including unacceptable but capable of being made acceptable) shall not be eligible for award. Offerors are advised that the following Federal Acquisition Regulation Provisions and Clauses are applicable to this procurement: 52.212-1 (Instruction to Offerors - Commercial Items) 52.212-2 (Evaluation -Commercial Items) The following evaluation factors will be used to evaluate offers: (a) Factor 1: TECHNICAL APPROACH. The offeror will be evaluated on how well the proposal demonstrates logical and feasible methods for meeting the requirements described in the PWS Tasks 1 through 15 and meeting the performance objectives outlined within the solicitation; how well the project schedule demonstrates (1) clear understanding of the required operations and HUD requirements; and (2) realistic timeframes for performing the PWS tasks and associated deliverables identified in the PWS. (b) Factor 2: KEY PERSONNEL. The offeror will be evaluated on how well the resumes demonstrate relevant prior experience, qualifications, education, and certification, if applicable, for personnel proposed to fill the key positions identified in the solicitation; and (c) Factor 3: PAST PERFORMANCE. The offeror will be evaluated on four components - recency, relevancy, quality, and sufficiency. This factor's primary emphasis is to assess the past performance of the proposed prime contractor (or in the case of joint ventures or some other teaming arrangement, the primary member of the team). However, if significant subcontracting/use of other teaming arrangements is anticipated, the past performance history of the proposed subcontractors/other team members must also be evaluated. 52.212-3 (Offeror Representations and Certifications - Commercial items) - All offerors must include a completed copy of the provision listed at 52.212-3 with their offer 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items) All attachments associated with this requirement are provided as stated below: Attachment A - Performance Work Statement Attachment B - Instruction to Offerors/Representation and Certification Attachment C - Past Performance Information Attachment D - Non Disclosure Statement Attachment E - Information Other Than Cost and Pricing Worksheet Attachment F - Past Performance Survey Proposals are due by January 23, 2015 at 2:00 pm MT via email to Bernice.Brown@hud.gov. FACSIMILE PROPOSALS WILL NOT BE ACCEPTED. The anticipated award date is May 1, 2015. Written questions will be accepted until January 9, 2015 at 5 pm MT. The written questions should be emailed to Bernice.Brown@hud.gov. Point of Contact is Bernice Brown, Contract Specialist, Phone 303-672-5432.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NFW/NFW/DU208WR-15-R-0002/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03603493-W 20141225/141223234533-0f47b931d94dacb629c4972d1d5f9d55 (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 |