Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOURCES SOUGHT

R -- Single Family-Data Analysis and Reporting Tool (SF-DART) - Sources Sought

Notice Date
11/7/2018
 
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
APP-HU-2019-005
 
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
Competitive 8(a)
 
Description
SF-DART Sources Sought RFI REQUESTING SOURCES SOUGHT AND CAPABILITY STATEMENTS 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. ------ Single Family-Data Analysis and Reporting Tool (SF-DART) The Department of Housing and Urban Development (HUD) is contemplating establishing a contract under North American Classification System (NAICS) Code 541611 (Administrative Management and General Management Consulting Services), and the Small Business Standard is $15.0 million, Product and Service Codes (PSC) Code R408 Program Management/Support Services, for Business Service Provider Support Services 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 prime contract is awarded to an applicable small business and that small businesses provide fifty percent or more of the support. Please review the General Scope of Work and provide your feedback to Christopher Stuart at Christopher.S.Stuart@hud.gov. Please call 303-672-5278 if there are questions. So, what exactly is HUD contemplating acquiring? The U.S. Department of Housing and Urban Development (HUD) office of Single Family Asset Management (OSFAM) is seeking information that will assist in procurement and implementation of a business intelligence (BI) and integrated analytics platform as well as an associated front-end interface for external end users to support current and future HUD initiatives and requirements. The Department intends to procure the services of a business service provider to provide a state-of-the-art web-based system with current technologies and technical capabilities, to design best practices and other factors that allow flexible manipulation of data, to deliver specific, well-defined projects, and to train the HUD user on full utilization of the system. BACKGROUND 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 instance rehabilitation, of single-family homes. When an FHA insured loan goes into default, the lender is required to evaluate each defaulted borrower for loss mitigation, and if loss mitigation is not feasible, to commence foreclosure. Following foreclosure, the lender conveys the foreclosed property to HUD and files a claim for insurance benefits. The National Servicing Center (NSC) is a division of the OSFAM that provides national servicing and loss mitigation support to FHA lenders and borrowers in the form of client-based loss mitigation assistance and servicing complaint resolution assistance. NSC also monitors loan servicing activities of all FHA approved servicers, evaluates risk to the FHA fund through statistical analysis, reviews default and foreclosure data for program study, and manages FHA assigned and subordinate loans owned by HUD known as the Secretary-Held portfolio. HUD utilizes a variety of systems to store information relating to approximately 8.0 million active insured single-family loans. FHA loan data is stored the Single Family Housing Enterprise Data Warehouse (SFHEDW), and is utilized by the NSC to identify trends, program successes and failures relating to servicing activities, to analyze the impact of risk on the FHA insurance fund, and to monitor lender performance. Currently, the National Servicing Center (NSC) utilizes a web-based system, Single Family-Data Analysis and Reporting Tool (SF-DART), which houses many of the reports used by the OSFAM and other HUD clients. The current platform is built on SAS version 9.4. The SAS licenses are owned and customized by a Contractor under the direction of HUD. The SAS environment requires a minimum of a three-tier server design and is located outside of the HUD firewall. In addition, the Contractor hosts software applications on its own servers within its facilities and provide for database and programming administration, backup processing, hardware and software acquisition, support, and maintenance. The contractor provides administrative and security rights and access to the SAS environment via the web portal. GENERAL DESCRIPTION OF WORK The U.S. Department of Housing and Urban Development (HUD) office of Single Family Asset Management (OSFAM) is seeking information that will assist in procurement and implementation of a business intelligence (BI) and integrated analytics platform as well as an associated front-end interface for external end users to support current and future HUD initiatives and requirements. The Department intends to procure the services of a business service provider to provide a state-of-the-art web-based system with current technologies and technical capabilities, to design best practices and other factors that allow flexible manipulation of data, to deliver specific, well-defined projects, and to train the HUD user on full utilization of the system. The Department intends to use this BI/Analytics platform for integrated 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 across space and time. Additionally, the department intends to enable lenders to collect data, create reports, develop and run queries, and monitor their reporting and performance through an associated front-end interface that the business service provider would also create and maintain. Primary functions of this BI/Analytics platform shall include but are not limited to measuring the FHA servicing and loss mitigation metrics for cost and effectiveness, and monitoring of lender reporting and performance, and analyzing the servicing needs for program policies, borrowers, and lenders, and supporting major business and technical requirements and decisions. This BI/Analytics platform capabilities shall include but not limited to cubes structure to allow multidimensional view of data stored data warehouse and storage optimization capability performing predictive analytics and pattern analysis business intelligence capability to deliver reports, analysis, dashboards and easy access data mining capability CONTEMPLATED PERFORMANCE METRICS 1. QUALITY OF PRODUCT OR SERVICE 2. TIMELINESS OF PERFORMANCE 3. BUSINESS RELATIONS CONTEMPLATED SYSTEM/REPORTS REQUIREMENTS 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 web site that provides for statistical 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 a state-of-the-art web-based technology as well as an associated front-end interface for external end users to support 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 system. The Department intends to use this BI/Analytics platform for integrated 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 across space and time. Additionally, the department intends to enable lenders to collect data, create reports, develop and run queries, and monitor their reporting and performance in accordance in accordance with Tier Ranking System II Narrative through an associated front-end interface that the business service provider would also create and maintain. Tier Ranking System II Narrative link can be found at https://www.hud.gov/sites/documents/SPSNARRATIVE.PDF CONTEMPLATED MAGNITUDE OF THE PROJECT $5 to $7 Million Dollars CONTEMPLATED PLACE OF PERFORMANCE Performance will be at the contractor's location. 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 three years: 1. Name and address of company and or companies (if there is a teaming arrangement or joint venture); 2. Technical expertise relevant to the requirement; 3. Technical approach relevant of the requirement (1 to 2 paragraphs); 4. Management approach relevant to the requirement (1 to 2 paragraph); 5. Corporate experience relevant to the requirement (1 to 2 paragraph); 6. Indicate if you are a small business or any other socio-economic categories that apply to your firm under the designated NAICS code; 7. Whether you have had unequal access to any information relevant to the acquisition that could provide an unfair competitive advantage; 8. Relevant past performance. Your capability statement needs to include a list of three customers (Government/non-Government) within the past three (3) 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. 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 3 pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses in case clarifications of your submission are needed. 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 - Single Family-Data Analysis and Reporting Tool (SF-DART) Requirement. 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 to Christopher.S.Stuart@HUD.gov by 1400 Mountain Time on November 13, 2018, attention POC Chris Stuart. Late responses will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NFW/NFW/APP-HU-2019-005/listing.html)
 
Place of Performance
Address: Contractor Site, United States
 
Record
SN05146341-W 20181109/181107230807-0e3aea5448503654ddd04de4b2739221 (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  © 1994-2020, Loren Data Corp.