SOURCES SOUGHT
99 -- Statistical Applications in Fair Housing
- Notice Date
- 5/24/2023 3:04:59 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- CPO : RESEARCH AND COMMUNITY SUPPOR WASHINGTON DC 20410 USA
- ZIP Code
- 20410
- Solicitation Number
- 23-05242023
- Response Due
- 6/8/2023 11:00:00 AM
- Point of Contact
- Tracy Davenport, Phone: 202-402-5086
- E-Mail Address
-
Tracy.R.Davenport@hud.gov
(Tracy.R.Davenport@hud.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; Veteran and Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Department of Housing and Urban Development (HUD), Office of Systemic Investigations in the Office of Fair Housing and Equal Opportunity (FHEO) is seeking contractor support to provide statistical and economic analysis services to support HUD�s Office of Systemic Investigations to further HUD's mission of building inclusive and sustainable communities free from discrimination. Services shall include Project Management, Data Analysis Support and Statistical and Economic Research Reports for Statistical Applications in Fair Housing Investigations. 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 OSI Statistical and Economic Data Analysis. 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 541990, All Other Professional, Scientific, and Technical 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.� 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. Background: The Department of Housing and Urban Development (HUD) investigates possible discrimination under the Fair Housing Act and other authorities. The Office of Systemic Investigations (""the Office) investigates complaints alleging discrimination that is pervasive, institutional in nature, or affects a substantial number of people. In addition, the Office identifies targets for Secretary-initiated investigations, based on analysis of public information. The Offices investigations often involve mortgage lending issues such as denial and pricing disparities; discrimination in the availability, funding, or siting of assisted housing; policies screening prospective tenants in the private market; and other issues. They bring together experts in economics, statistical analysis, law, and investigations. The Office also works on systemic fair lending and fair housing issues based on other regulatory authorities, including for example, reviewing regulations issued by the Federal Housing Administration (FHA); and conducting investigations under Title VI of The Civil Rights Act of 1964, which prohibits discrimination on the basis of race, color, and national origin in programs and activities receiving federal financial assistance. The contractor shall have expert knowledge of economic and statistical methodologies for Fair Housing investigation.� General Description of Work: The Contractor shall provide statistical and economic analysis to support HUD�s Office of Systemic Investigations to further HUD's mission of building inclusive and sustainable communities free from discrimination. Task shown below are detailed in Section 5 of the PWS. ������ Project Management ������ Data Analysis Support ������ Statistical and Economic Research Reports Services required to perform the tasks: ������ Project Management Demonstrated success to facilitating meetings in a ""lead"" capacity for groups of various sizes and scientific expertise; Organized and deadline driven; Skill in writing communication ������ Data Analysis Working knowledge of best practices in data cleaning (including error detection, data validation, and error correction) and ability to apply these principles for the evaluation of large datasets. Skilled in summarizing data results using SAS and R. ������ Housing Finance Economic Analysis Possesses a master�s degree in economics have and 10 years of experience in a housing related field Previous experience developing research methodology, preparing and presenting research, and reporting on findings and implications for a federal agency�s program. Skilled in performing statistical analysis and economic modeling in SAS and R. ������ General Statistical and Economic Analysis Demonstrable knowledge in diverse areas of statistical and economic analysis, research design, faire housing and lending laws. Previous experience conducting economic research and preparing clearly written methodology documentation, analysis, and result. Skilled in performing statistical analysis and economic modeling in SAS and R. Detailed descriptions of specific tasks are provided in Section 5, ""Specific Tasks and Deliverables of the draft Government�s Performance Work Statement (PWS) � See Attachment 1. Contemplated place of performance: The place of performance shall be at the Contractors facility. �� Contemplated period of performance: The Period of Performance shall be for one base period of 12-months and four 12-month option periods. RESPONSE INFORMATION THIS IS AN RFI ONLY to identify sources that can provide OSI Statistical Applications in Fair Housing Services. Interested vendors are those vendors who have interest in providing a response to RFI and who can provide a vendor capability statement demonstrating a commercial solution and technical experience for this requirement, including relevant scope in terms of its size, complexity and magnitude to the tasks/activities to be performed under this requirement, particularly, as it pertains to the support services and technical solutions required for the Department of Housing and Urban Development (HUD), Office of Systemic Investigations in the Office of the Fair Housing and Equal Opportunity (FHEO). All capable and available firms are encouraged to participate.�� Please be advised that generic capability statements are not sufficient for effective review of respondents� response. It must directly demonstrate the company�s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above in sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 (�Limitations of Subcontracting�).� Failure to definitively address the requirement will result in a finding that respondent lacks the capability of performing the work. Responses to this notice shall be limited to ten pages, and must include: Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. Business size for NAICS 541990, (size standard $19.5 million or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.).� Companies also must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 to be considered as potential sources. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. If the company has a government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm�s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information.� Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses.� However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HUD, OCPO may contact one or more respondents for clarifications and to enhance the Government�s understanding.� This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT VIA E-MAIL to Tracy.R.Davenport@hud.gov no later than Thursday, June 8, 2023, 2:00 PM Eastern Time for consideration.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e6b40c1dd3be448eb1ce80dc5be7a62d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06693764-F 20230526/230524230120 (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 |