This is a SOURCES SOUGHT NOTICE to determine the availability and capability of certified 8(a) Small Businesses. The Department of Housing and Urban Development (HUD), Office of Finance and Budget (FAB) requires contractor support to strengthen the asset sales function relative to program compliance with existing loan sale programs by conducting analytics and monitoring services.
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 Asset Sales Compliance Analytics. 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 541611, Administrative Management and General Management Consulting 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 U.S. Department of Housing and Urban Development (HUD), Office of Asset Sales (OAS) is located in the Office of Finance and Budget. OAS was established in Fiscal Year 2001 to sell FHA defaulted mortgage notes. The single-family loan sale program began in 2002 with Public/Private Joint Ventures under the authority in Section 601 of the National Housing Act. The objective of the OAS is to maximize the recoveries to the Federal Housing Administration (FHA) insurance funds.
The OAS conducts sales of defaulted mortgage notes that have been acquired through the submission of claims by FHA approved lenders or assigned to HUD by the lender. With the goal of maximizing recoveries to the FHA insurance funds, the OAS conducts competitive auctions, selling the defaulted mortgages primarily to private sector entities, nonprofits and units of local governments at pricing that represents the highest recoveries to the FHA mortgage insurance fund. These loans are then HUD-held and serviced. Since 2017, the Department has sold 7,933 of these HECM notes, with a total Updated Loan Balance (ULB) of $1.75 billion, across seven sales. These sales have helped to increase recoveries to the Mutual Mortgage Insurance Fund (MMI) while reducing HUDs overall holding costs and preventing a backlog of these assets with the National Servicing Center (NSC).
General Description of Work:
Please see the PWS for specifics about the tasks associated with this effort.
- Determine lender compliance with loss mitigation,
- Review loan eligibility for single family loan sales
- Analyze post sale requirements to include analysis of purchaser reported disposition outcomes
- Review and monitor post settlement issues
- Provide recommendations on how to assess and resolve program risks
- Provide risk mitigation strategies
- Conduct an annual review of bidder qualifications processes
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 with the exception of activities to be performed on bid day. Bid day activities shall be executed at the Office of Asset Sales located at 451 7th Street, SW, Washington, DC 20410 in a conference room designated by the OAS or virtually if the sale is held virtually.
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 Asset Sales Compliance Analytics. 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 HUD, Office of Finance and Budget, Asset Sales Compliance Analytics. 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 541611 (size standard $24.5 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, Unique Entity ID (UEI), 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, Office of the Chief Procurement Officer (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 Monday, June 2, 2025, 2:00 PM Eastern Time for consideration.