Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2020 SAM #6737
SOURCES SOUGHT

R -- FHEO Business Process and Data Analysis Services

Notice Date
5/8/2020 3:44:14 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
CPO : RESEARCH AND COMMUNITY SUPPOR WASHINGTON DC 20410 USA
 
ZIP Code
20410
 
Solicitation Number
SS-F-2020-UPP
 
Response Due
5/25/2020 1:00:00 PM
 
Archive Date
06/09/2020
 
Point of Contact
Rachel N. Wilson, Phone: 2024024284, Kim Toppin, Phone: 2024025362
 
E-Mail Address
rachel.n.wilson@hud.gov, kim.r.toppin@hud.gov
(rachel.n.wilson@hud.gov, kim.r.toppin@hud.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
����������������������������������������������������������������Sources Sought Synopsis The Department of Housing and Urban Development (HUD) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Housing Discrimination Data Analysis and Risk Management Services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541611 Administrative Management and General Management Consulting Services, and the Small Business Standard is $15 Million based on NAICS Code 541611, PSC Code R408--Program Management/Support Services. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by May 25, 2020 @ 4PM EST. All responses under this Sources Sought Notice must be emailed to Rachel.N.Wilson@hud.gov.� The e-mail shall contain the following subject line: Response to Sources Sought Notice ��FHEO Business Process and Data Analysis�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 are at the sole discretion of the Government.� Late responses will not be considered. Responses to this announcement will not be returned, nor there any ensuing discussions or debriefings of any responses.� Additional information on the required services is listed below. Background: This is a new effort. FHEO is leading the effort to the better integrate data from internal and external sources in efforts to combat housing discrimination with a targeted approach. This effort is meant to improve efficiency and streamline information collection and analysis. Currently, FHEO tracks investigations data to see the aggregate number of cases across the country. Unfortunately, this data is cumbersome to manage and aggregate.� Additionally, many of the most useful pieces of information are contained in separate databases, which lack the capacity to interface with one another. The FRAT is the first step in creating a centralized business solution that will decrease fragmentation, decrease data disconnects, and decrease costs across FHEO and HUD. In efforts to increase operational efficiencies, FHEO seeks to apply innovative solutions to improve�business operations and realize gains from technological advances. FHEO�s goal is to create an innovative modern tool that promotes responsiveness, targeted resources, and transparency. The enhancements created by the FRAT will enable FHEO to utilize performance-based management concepts to develop risk analytic programs that track the allegations by individuals of all local and privately owned entities that violate Fair Housing Statutory and Regulatory requirements. Risk indicators will allow FHEO to provide early intervention and assistance to at-risk entities. General Description of Work: The Contractor shall provide business process development services, business analyses services, technical guidance services, to perform the following: Develop business processes and create proposal for the FHEO Risk Assessment Tool (�FRAT). Identify business data requirements, identify data relationships, consolidate multiple databases, and identify redundant data for consolidation and/or elimination, for use in the FRAT. Update the Risk Analytics Program to improve existing FHEO scoring models and allow FHEO to utilize its data to increase operational efficiencies, reduce costs, allocate staffing resources, targeted oversight, and identify various types of risk. � Design process to incorporate PIH, CPD, Housing, and other data sources into the FRAT. �Below are the characteristics of the requirements: 1. Business Analysis Experience: �Experience in Business Process Analysis, Detailing Business Data Requirements, Use Case Modeling and Designing Solution Requirements, and Agile Development Approaches. The Business Analyst shall possess the International Institute of Business Analysis' Level 3 - Certified Business Analysis Professional certification, and/or demonstrate a minimum of 4 years (8000 hours) of direct Business Analysis Experience. 2. Data Analytics Experience: Experience with Backend processing large magnitudes of data quickly and efficiently, experience analyzing risk data from disparate sources, experience applying metrics to metrics to define, evaluate, and monitor critical risk conditions. The Data Analyst shall have a minimum of 4 years (8000 hours) of direct data analytics experience. 3. Experience designing prototype solutions for business architecture, data architecture, component architecture, infrastructure architecture, and enterprise architecture. The Contractor shall demonstrate a minimum of 4 years (8000 hours) of direct experience in this area. Contemplated dollar value of the project: The estimated dollar value of the contract is $1,500,000.00. Contemplated place of performance: The services will be performed in Washington DC or Vendor Site.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47e345d9f7ef453497ad5c28c1e9d617/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05652090-F 20200510/200508230152 (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.