Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2022 SAM #7350
SOURCES SOUGHT

D -- Subscription to Service as a Software Cost Estimator Tool

Notice Date
1/13/2022 7:57:25 PM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
CPO : FHA HOUSING SUPPORT DIVISION WASHINGTON DC 20410 USA
 
ZIP Code
20410
 
Solicitation Number
86615622Q00003
 
Response Due
1/31/2022 7:00:00 AM
 
Point of Contact
Ebenezer Owusu, Susan Schroeder
 
E-Mail Address
ebenezer.k.owusu@hud.gov, susan.m.schroeder@hud.gov
(ebenezer.k.owusu@hud.gov, susan.m.schroeder@hud.gov)
 
Description
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 subscription access to a Service as a Software (SaaS) web-based Preservation and Protection (P&P) Cost Estimator Tool. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code and Product Service Code (PCS) assigned to this procurement is:�� 518210 - Data Processing, Hosting, and Related Services. DA10 - IT and Telecom - Business Application/application Development Software as a Service 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. This is not an evaluation of proposals but an assessment of vendors� capabilities. Therefore, a high-level assessment of the capability statements will be performed. Generic brochures are not being requested. Vendors should provide information to stress their competencies, differentiators, and past performance showing or demonstrating: Core Competencies to demonstrate expertise, Differentiator�s listing/discussing unique factors and benefits of the services that set them apart from others, and Past Performance listing/discussing previous similar work showing benefits and how the past projects relate to Agency�s needs 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, size, socioeconomic category (i.e., 8(a), WOSB, EDWOSB, SVOSB, or HUBZone), General Services Administration (GSA) contract number and vehicle, National Institutes of Health Information Technology Acquisition and Assessment Center (NITAAC) contract number, Government-Wide Acquisition Contract (GWAC), or existing available Multiple Award Contract (MAC) vehicle; 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 technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; meeting and tracking performance; and risk mitigation; and 4) provide services under a performance based service acquisition contract 5) confirm the availability of competition; and 6) examine, evaluate, and identify other possible sources to satisfy the requirement. 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 January 31, 2022 on or before 10:00 AM EST. All responses under this Sources Sought Notice must be emailed to �Ebenezer Owusu at ebenezer.k.owusu@hud.gov and Susan Schroeder at susan.m.schroeder@hud.gov. Additional information on the required services is listed below. If you have any questions concerning this opportunity, please contact the Contract Specialist, Ebenezer Owusu at ebenezer.k.owusu@hud.gov. Background: See Draft Performance Work Statement (PWS), Section 1.2. The current contract, 86543F18P00001, was awarded as 100% small business set-aside Fixed Price (FFP) contract for a base of 1-year with four (4) 1-year option periods on 02/13/2018. General Description of Work: The vendor shall provide access and/or subscription to a Service as a Software (SaaS) web/internet-based tool application and support services that assists with cost estimating services. The P&P cost estimating tool will be accessed by up to 500 approved HUD employees and its contractors. It is anticipated that this tool is automated and has a comprehensive database where the user will be able to create and verify accurate repair cost estimates for P&P reimbursement requests for HUD-acquired properties nationwide. In addition to access for HUD approved users, the vendor shall provide four on-line, live instructor-led systems training to new users of the tool per performance period; provide technical assistance and customer support for users, at a minimum, Monday through Friday, 6:00am Eastern time to 7:00pm Hawaii-Aleutian Time; and provide a User�s Guide of the P&P cost estimator tool application. Below are additional characteristics of the requirement: The cost estimator tool/database shall provide verifiable, consistent, supportable, and reliable localized component level pricing aligned to the 5-digit ZIP code or specific to established geographic and economic markets which is consistent with industry standards for repair, replacement, maintenance or improvement costs on residential, single family one-to-four unit�properties.�The final cost data calculation produced by the estimator cannot be edited by the end-user. � The database shall be updated at least quarterly to reflect timely and accurate local supply issues and cost factors. The cost estimate shall not be a factor of a national average.� � The database shall be able to accept additional data elements, materials, and work products, and the HUD Maximum Property Preservation Allowances. � The database shall provide the ability to input different variables, such as building square footage, room dimensions, roof slope and standardized variations in material and workmanship quality. � The database shall provide descriptions and details of assumed materials,�removal, install pricing options,�labor, and scope of work for specific cost estimating elements such as standard assemblies or labor categories.� � The database shall be simple to access requiring minimal identifying information, steps, actions, and operations to develop a usable and repeatable estimate for common and customary activities and assemblies.� Cost items should be arranged in simple and logical categories and components based on industry standard trade and material divisions.� The database shall provide a search feature to assist in locating and selecting specific materials and activities.� The estimate operation shall include options, including standard elements such as taxes and overhead and profit.� The database shall be able to provide an automatic, unalterable graphic indication and signal to cost estimate worksheets and data when cost elements are not derived from the existing cost estimate database or when items or elements have been modified or overwritten.� Completed estimates shall include at a minimum, notation and recording of the following data elements:� FHA case number (unique identifier)� Name of the Requestor� Date of Request� Property Address with Zip Code� Each cost estimate shall be able to be printed,�saved�and stored. Saved estimates shall be able to be transferred as a document or otherwise up-loaded to HUD�s REO System of Record, and permanently stored within each specific FHA case record.� The database shall maintain files of saved HUD generated estimates that can be accessed by a HUD administrator or HUD approved contractors, for review or supervisory alteration. The archive must provide data regarding individual user activity including number of estimates generated. The estimates shall be archived in a format that is retrievable, capturing data that can be utilized to provide analytical insight, such as exceptions, trends, and quality control of expenditures.� � The�database shall provide a security user report that can be accessed by the COR for review or oversight.� The report must provide real-time data for all active and inactive users on file, the�first log in date and the last log-in date.� The cost estimating service must be currently available to and utilized by the Mortgage, Insurance, Construction, and Preservation and Protection industries to produce and validate repair, maintenance, renovation, and construction items or preservation and protection services, for single family one-to-four-unit housing throughout the United States, Puerto Rico, and the U.S. Protectorates.� Estimates derived by these employees or contractors shall be the property of HUD, to be utilized or published by HUD, and may be recorded into various HUD databases.� Database access shall be secure, private, and accessible through controls such as user names and passwords. Below are the characteristics of the requirement: The tasks require a set of skill categories based on the following approximate breakdown: Software Publishers - 90% Support Services - 10%. �� Contemplated performance metrics: See Draft PWS, Performance Requirements Summary Contemplated report requirements See Draft PWS, Deliverables� Contemplated dollar value of the project: N/A Contemplated place of performance Contractor�s facility ���
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f1469d070bb4229b439cfba75058715/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06217479-F 20220115/220114120846 (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.