Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2018 FBO #6158
SOURCES SOUGHT

R -- Nationwide Default Management Services - RFI & Industry Day

Notice Date
10/1/2018
 
Notice Type
Sources Sought
 
NAICS
531311 — Residential Property Managers
 
Contracting Office
Department of Agriculture, Rural Development, Procurement Management Division, 1400 Independence Ave., S.W., Mail Stop 0741, Washington, District of Columbia, 20250
 
ZIP Code
20250
 
Solicitation Number
1231ME19SS002
 
Point of Contact
Carlene R. Jackson, Phone: 2027201836, Scott Beckstrand, Phone: 2028156632
 
E-Mail Address
carlene.jackson@wdc.usda.gov, scott.beckstrand@wdc.usda.gov
(carlene.jackson@wdc.usda.gov, scott.beckstrand@wdc.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Request for Information and Industry Day Information REQUEST FOR INFORMATION (RFI) AND INDUSTRY DAY INTERACTIVE WEBINAR This Notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or any promise to issue a RFP or RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, USDA-RD is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP or RFQ issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. NOTE: To facilitate thorough market research, this notice is posted under both NAICs 541611 and 531311. __________________________________________ The United States Department of Agriculture, Rural Development (USDA-RD) requires, for its Nationwide Default Management Services (NDMS) program, a "Service Provider / Integrator". The core services in USDA-RD's existing rural housing default management programs include Real Estate Owned (REO) properties, Legal Services and Foreclosures and Property Preservation Services (collectively referred herein as "NDMS Core Services". BACKGROUND: USDA-RD, is charged with servicing mortgage loans and grants extended to individuals in rural areas throughout the United States, Puerto Rico, American Samoa, the U.S. Virgin Islands, and the Pacific Trust Territories. Beginning operation in October 1996, USDA has serviced as many as 650,000 government loans and grants originating with U.S. Treasury funds. Currently USDA-RD services approximately 275,000 Direct (502) Single Family Housing Loans. The USDA-RD mission is to be a cost-effective service provider that strives to keep individuals and families in their homes through the use of various servicing tools including payment subsidies, moratoriums on payments, partial payment agreements and other methods. Low and very low-income families are provided this subsidized loan program through a network of field offices across the United States of America (USA), its territories, and commonwealths. The agency is committed to providing an opportunity for rural Americans to become and remain successful homeowners. A Service Provider/Integrator is required for services for a variety of nationwide property/asset management services associated with pre and post liquidation of rural properties serving as security for rural housing loans. Currently there are approximately 20,000 loans in foreclosure, 2,000 REO properties and 4,600 bankrupt accounts. The scope of NDMS Core Services shall encompass all 50 States along with the following territories, Western Pacific Islands, Puerto Rico and U.S. Virgin Islands, all serviced by RD. It should be noted that RD provides loans and grants in designated rural areas in the above-referenced locations. NDMS CORE SERVICES The "Service Provider/ Integrator" shall provide the NDMS Core Services below: •Real Estate Owned (REO), services with a proven process to quickly and efficiently prepare USDA-RD property for marketing and sale to a third party, thus removing the property from the USDA portfolio, in accordance with USDA Regulatory requirements located at 7 CFR 3550; •Legal services in connection with foreclosures with or without deficiency judgments, bankruptcy, eviction and/or actions to recover possession related to Section 502 (Single Family Housing) debts to the United States of America, acting through the United States Department of Agriculture (USDA), Rural Development (RD); and, •Property Preservation services to assist USDA-RD with a variety of nationwide property/asset management services associated with pre- and post-liquidation of single family housing rural properties serving as security for rural house loans throughout RD's servicing area. The anticipated services can generally be categorized as: inspections and property maintenance. REQUEST FOR INFORMATION: INDUSTRY DAY VIA "INTERACTIVE WEBINAR" DATE: Thursday, October 18, 2018; Time 1:00 pm - 4:00pm EST Registration on or before Wednesday, October 17, 2018; Time: 3:00pm EST REGISTRATION LINK https://cc.readytalk.com/r/7g364th1o277 Cutoff Questions Prior to Industry Day: Wednesday, October 17, 2018; Time: 1:00pm EST Cutoff Questions Post-Industry Day Wednesday, October 24, 2018; Time: 1:00pm EST Capability Statements due: Wednesday, October 31, 2018; Time: 1:00pm EST This Industry Day Interactive Webinar is for market information and planning purposes. It is being held with the intent to provide industry members a forum to ask questions and provide the USDA-RD with comments and guidance to better understand the current commercial market regarding support for NDMS Core services. In addition, the intent is for industry to provide input and thought to USDA-RD regarding the appropriate acquisition method, contract type/pricing structure, labor categories, potential evaluation criteria, NAIC code, etc. USDA-RD representatives may or may not choose to meet with vendors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. RFI responses will NOT be shared with other industry suppliers and will solely be used as part of the planning process. INDUSTRY DAY Registration: All interested vendors are required to register by 3:00pm EST, Wednesday, October 17, 2018. Registering by phone will not be accepted. Registration shall include; Company name, name, address, phone number, email contact, socio-economic status, etc. Due to the large amount of participants expected, questions will be accepted on-line only during the interactive webinar. Security: This is an UNCLASSIFIED event; all information discussed must be UNCLASSIFIED. All information provided or discussed by attendees must NOT be Vendors Proprietary or Business Sensitive Information shared during this Industry Day but may be used to develop a solicitation and/or other acquisition documents. Information made available at the Industry Day, formally or informally, will not be made available via Federal Business Opportunities (FedBizOpps) website. There is no expectation that any materials will be formally distributed. REQUEST FOR INFORMATION (RFI) - CAPABILITY STATEMENTS** The USDA-RD is requesting that all interested vendors provide information regarding their experience and capability to perform NDMS Core Services. "Do not send marketing materials, brochures, pamphlets, etc.." As noted previously, your response will assist the Government with acquisition planning, regarding the appropriate acquisition method, contract type/pricing structure, labor categories, potential evaluation criteria, including any possible set-asides, etc. Responses must include: 1) Business name, address, and company POC (email and telephone numbers); 2) Size of business and socio-economic status; 3) DUNS number; 4) Number of years providing REO services, legal foreclosures, and Property Preservation (please indicate the number of years in each contemplated CORE area); 5) Does your company have a GSA and/or OASIS- GSA Schedule that includes any or all of the NDMS Core support service areas. What NAICS codes(s) are the services awarded under? 6) Recent experience in performing in the CORE areas, specifically staffing, automation, coordination efforts, for example, describe:  IT ability and discuss integration with multiple platforms, comparable to the RD servicing system MortgageServ, or similar IT tracking system for this type of requirement;  reporting and tracking abilities while ensuring data protection; and,  Fedramp approved file transfer system to facilitate the transfer of case files and documents back and forth. 7) Describe a few representative examples for the scope of services and the agency(ies) for which these services were performed in the last three years; 8) Provide Comments; observations; any recommendations (i.e., NAICs, pricing structure, etc ) regarding USDA's RD NDMS requirement. Capability Statement Responses due by Wednesday, October 31, 2018; Time: 1:00pm EST and shall be limited to ten(10) pages. Please submit via e-mail to BOTH: Carlene.Jackson (carlene.jackson@wdc.usda.gov) and Scott Beckstrand (scott.beckstrand@wdc.usda.gov), with the subject line indicating, "YOUR COMPANY NAME - CAP STATEMENT NDMS". Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. **No telephone or email inquiries will be accepted and requests for solicitation packages will not be granted, as no solicitation has been prepared at this time. QUESTIONS: Questions regarding this announcement shall be submitted in writing via email to BOTH: Carlene.Jackson (carlene.jackson@wdc.usda.gov) and Scott Beckstrand (scott.beckstrand@wdc.usda.gov) marked "QUESTIONS, NDMS RFI". Verbal questions will NOT be accepted. Questions will be answered during the Industry Day Interactive event as time permits and also will be posted to the Federal Business Opportunities (FedBizOpps) website following the event October 18, 2018. Questions shall NOT contain proprietary or classified information. In any event, the Government does not guarantee that questions received after Wednesday, October 24, 2018 will be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/RD/PMD/1231ME19SS002/listing.html)
 
Place of Performance
Address: 1400 Independence Ave. SW, Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN05111688-W 20181003/181001230635-62be0e260d84574b431fe62e28abd29d (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.