SOLICITATION NOTICE
R -- Section 232 Loan Underwriting and Closing Services
- Notice Date
- 8/1/2022 12:10:23 PM
- Notice Type
- Solicitation
- NAICS
- 524126
— Direct Property and Casualty Insurance Carriers
- Contracting Office
- CPO : FHA HOUSING SUPPORT DIVISION WASHINGTON DC 20410 USA
- ZIP Code
- 20410
- Solicitation Number
- 86615622R00004
- Response Due
- 8/10/2022 11:00:00 AM
- Archive Date
- 08/25/2022
- Point of Contact
- Ebenezer Owusu, Che Uche Logan
- E-Mail Address
-
ebenezer.k.owusu@hud.gov, che.u.logan@hud.gov
(ebenezer.k.owusu@hud.gov, che.u.logan@hud.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The purpose of this Amendment is as follows: To provide the Government's response to industry questions. - The Government's response to industry question is provided on page 3, herein. - The response due date for this RFP is changed from Wednesday, 08/03/2022 at 14:00 PM ET to Wednesday, 08/10/2022 at 1400 PM ET to allow offerors time to review responses to industry questions and submit proposals. - Part I - Technical Proposal in Proposal Format under Section 6.5.ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFEROR-- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES is revised. - Technical Approach in Proposal Content under Section 6.5.ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFEROR-- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES is revised. - FACTOR I - TECHNICAL APPROACH �and FACTOR III � PAST PERFORMANCE under Section 7.2. EVALUATION FACTORS FOR BEST VALUE TRADE OFF ACQUISITIONS is revised. - Attachment 0001 is revised. - Attachment 0002 Revised and Attachment 0003 Revised must be completed and submitted IAW with the Solicitation Instructions. - Attachment 0004 - Sample Labor Category/Hours Breakdown Worksheet without Rates is added and must be completed and submitted IAW with the Solicitation Instructions. - Attachment 0004 - Past Performance Information_Chart is changed to Attachment 0005 - Past Performance Information_Chart and must be submitted IAW with the Solicitation Instructions. - Attachment 0005 - Past Performance Survey is changed to Attachment 0006 - Past Performance Survey and must be submitted IAW with the Solicitation Instructions. - HUDAR 2452.237-79 Post Award Conference (May 2016) Alternate I (May 2016) is revised. - Attachment 0005 - Past Performance Information_Chart and Attachment 0006 - Past Performance Survey shall be submitted as Volume III (See Proposal Format under Section 6.5.ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFEROR-- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES). Amendment 0001 is attached to this announcement and the name of the file is: ""Amendment 86615622R00004 0001� ******************************************************************************************************************************************* ******************************************************************************************************************************************* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� in conjunction with FAR Part 15 � �Contracting by Negotiation� and FAR Subpart 19.8 � �Contracting with the Small Business Administration (The 8(a) Program)�, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is issued as a Request for Proposals (RFP) and the solicitation number is 86615622R00004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Regulations (FAR) Federal Acquisition Circular (FAC) 2022-05 March 07, 2022. Set-Aside Applicable to this Procurement and the Associated NAICS Code: This requirement is set-aside on an 8(a) competitive basis. The NAICS code is 524126 � �Direct Property and Casualty Insurance Carriers� with a size standard of 1,500 employees. The anticipated contract type is a hybrid contract with Firm Fixed Price (FFP) and Fixed Unit Rate (FUR) line items. Line item number(s) and items, quantities, and units of measure are: See RFP 86615622R00004 and the pricing schedule. Description of Requirements for the Services being Acquired: See Attachment 0001 - Performance Work Statement � Date(s) and Place(s) of Performance: 1-year base period inclusive of a 30-day transition in period (September 29, 2022 � September 28, 2023) with four 1-year options. Performance shall be at the Contractor�s site. FAR 52.212-1, �Instructions to Offerors�Commercial Items� [Nov 2021] applies to this acquisition. See RFP 86615622R00004. Other Description of Evaluation Factors for Award applies to this acquisition. See RFP 86615622R00004. FAR 52.212-3, �Offeror Representations and Certifications�Commercial Products and Commercial Services� [Nov 2021] applies to this acquisition. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, �Offeror Representations and Certifications�Commercial Products and Commercial Services.� If paragraph (j) of the provision is applicable, a written submission is required. ���� (10) FAR 52.212-4, �Contract Terms and Conditions�Commercial Products and Commercial Services� [Nov 2021] applies to this acquisition. See RFP 86615622R00004. ���� (11) FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services� [May 2022] applies to this acquisition. See RFP 86615622R00004. ���� (12) Other FAR or agency-level provisions/procedures/clauses and any other additional contract requirements or terms and conditions consistent with customary commercial practices. See additional solicitation clauses, provisions, and terms and conditions within RFP 86615622R00004. ���� (13) Date, Time, and Place Offers are Due: Questions regarding this solicitation must be submitted via email to the Contract Specialist, Ebenezer Owusu, @ ebenezer.k.owusu@hud.gov no later than Wednesday, July 20, 2022 by 14:00 EST. Questions received after this date may not be answered. Offers are due at or before Wednesday, August 03, 2022 @ 14:00 EST. Offers must be emailed (complete, signed, and dated) to the Contract Specialist, Ebenezer Owusu @ ebenezer.k.owusu@hud.gov and the Contracting Officer, Che Uche Logan @ che.u.logan@hud.gov. ���� (14) Points of Contact (POC): The POC is Ebenezer Owusu.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ab28d13c9edb4482aa3274307a1814a4/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN06408946-F 20220803/220801230128 (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 |