Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOURCES SOUGHT

99 -- Nationwide Default Management Services (NDMS) Request for Information (RFI)

Notice Date
12/18/2019 12:02:15 PM
 
Notice Type
Sources Sought
 
NAICS
531390 — Other Activities Related to Real Estate
 
Contracting Office
USDA/RD/REGIONAL ACQ DIVISION WASHINGTON DC 20005 USA
 
ZIP Code
20005
 
Solicitation Number
12SAD2NDMSRFI
 
Response Due
1/31/2020 12:00:00 PM
 
Archive Date
02/15/2020
 
Point of Contact
jackie Mitchell, shelia stoddard
 
E-Mail Address
NDMS-Acquisition@usda.gov, NDMS-Acquisition@usda.gov
(NDMS-Acquisition@usda.gov, NDMS-Acquisition@usda.gov)
 
Description
This is a Request for Information (RFI), This is not a solicitation announcement. The purpose of this RFI is for the vendors to provide feedback for the anticipated Nationwide Default Management Services (NDMS) Turn-Key Contract. An additional purpose of this RFI is to gain knowledge of potential qualified sources and their ability to render a contract of this magnitude and subcontract at a high percentage to small business,� to include all socioeconomic certifications under SBA relative to NAICS 531390, Other Activities Related to Real Estate. Responses to this RFI will be used by the Government to make more informed acquisition decisions. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up information requests. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Federal contract and with their local SBA office, if claiming anything other than large business please provide a copy of SBA certification. A separate notice for intent to bundle will be issued in accordance with FAR 7.107-3(a). The goal of the USDA-RD is to provide a solicitation that is clear and specific enough to allow wide and accurate participation among the vendor pool. INSTRUCTIONS: 1. Please see this entire RFI and in the associated attachment for the NDMS Effort and provide feedback to the questions and requests below. Requests for information requiring government responses must be submitted electronically in a Portable Document Format (PDF) to be received no later than 3:00 PM, EST, 05 January 2020 via NDMS-Acquisition@usda.gov . Direct all questions concerning this acquisition to Shelia Stoddard or Jack Mitchell at the above email address. Do not request for information regarding acquisition strategy or regarding the potential solicitation posting date. Government responses to vendor RFI's will be posted NLT 3:00 PM, EST, 22 January 2020. Potential offerors are encouraged to provide questions, comments, and suggestions relating to the RFI and all attachments. Questions received will be consolidated and answered (if deemed valuable information for all interested parties). The Government will not disclose the identity of the potential offeror asking the questions. Please mark submitted proprietary information/data accordingly.� Cover page (or within email, if applicable) of response shall include: Contractor name, address, point of contact information, DUNS, CAGE, and small business information, if applicable (including reference to NAICS 531390). please answer the following questions and submit to the email inbox listed above: Do you intend to submit an offer (as the prime contractor) in response to a Final NDMS Solicitation? Do you have suggestions on pricing for each service in reference to the options/questions asked in schedule B attached? If so, provide recommended pricing structures? Provide information on how the master servicer fees will be captured in each of the individual services and not a separate management fee. Provide your experience in brief showing how you can provide all default services under this scope nationwide (to include US territories) in accordance with the SOO. Experience providing Nationwide default Management services Experience providing the loan servicing tasks Experience Providing Nationwide Foreclosure Legal Services Experience Providing Nationwide Property Management and Property Preservation Services �Experience Providing Nationwide REO Management Services �Experience in successfully transitioning similar contracts with a value of $150M or more. �Experience providing Nationwide Appraisal Evaluation Provide possible innovations and streamlines on how current industry performs the four major default services under one master servicer. Provide any efficiencies/recommendations/feedback on the current SOO. Provide feedback on government set subcontracting small business goals Foreclosure/Legal Service: 65% Property Preservation Services: 60% REO Mgmt./Disposition Services: 25% Appraisals: 50% Provide feedback on possible methodology and feasibility of the four major default services under one management servicer. Provide information on how IT requirements/platform will impact transition time between the government and master servicer. Provide information on transition-in/transition-out timelines and phasing. The government intends to compete annual task orders amongst awardees. Pricing and past performance will be the evaluation criteria. The potential for the division of volume after the transition-in phase, could be as follows: 50/50 60/40 70/30 If other than 50/50, what issues do you foresee, if any, could impact your efficiency and subcontracting pool? Provide options for invoicing and tracking methodology (bi-monthly). Provide industry-wide standard for credit limits for a master servicer. NOTE: Any information submitted by respondents to this RFI is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this RFI is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this RFI. The decision to solicit for a contract shall be solely within the Government's discretion.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b440bf1545b9488f81fdb934d43669c3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05520796-F 20191220/191218230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.