Housing and Urban Development Mortgagee Compliance Management (MCM) Services
ID: MCM4_0Type: Sources Sought
Overview

Buyer

HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFHOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFCPO : ATLANTA OPERATIONS BRANCHATLANTA, GA, 30303, USA

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The U.S. Department of Housing and Urban Development (HUD) seeks market intelligence from potential vendors for its Mortgagee Compliance Manager (MCM) role. HUD aims to manage compliance related to its acquisition of single-family homes through the Federal Housing Administration's (FHA) mortgage insurance program.

    This Sources Sought notice requests capability statements from vendors able to support pre- and post-conveyance services, including mortgage case management, administrative remedies, and customer service. Respondents should have a physical office and experience in mortgagee compliance to help HUD protect its interests nationwide.

    HUD emphasizes that this is a market research exercise with no financial commitment. Vendors are encouraged to respond by the deadline, providing a capability statement aligned with the draft Performance Work Statement. Contact Quotia Pitts or Charles W. Hoyle Jr. for more information.

    Point(s) of Contact
    Charles W. Hoyle Jr.
    charles.w.hoylejr@hud.gov
    Files
    Title
    Posted
    For Fiscal Years 2020 and 2021, the report provides an extensive breakdown of mortgage-related activities. The data encompasses various categories, including extensions, over-allowables, claims, and conveyances. The primary objective appears to be to procure services related to mortgage case management (MCM), encompassing a wide range of tasks. MCM services required include administrative remedies, reconveyance activities, customer service, and managing incoming communications. The focus is on efficient case processing, with attention to detail to ensure accurate and timely handling of mortgage-related actions. The report also presents historical data for Fiscal Years 2021 and 2022, offering unique case perspectives and activity totals. This additional information seems to support the procurement of comprehensive MCM services, aimed at streamlining mortgage operations. However, it's important to note that the specific requirements, contract details, and evaluation criteria are not explicitly mentioned in the provided file contents. Therefore, the full picture of the procurement objective may not be entirely clear from this information alone.
    The Department of Housing and Urban Development (HUD) seeks a contractor to oversee mortgagee compliance for its Federal Housing Administration (FHA) Single Family insured assets. The primary objective is to protect HUD's interests by ensuring compliance with conveyance procedures. This involves conducting pre- and post-conveyance activities for claims, acquisitions, and dispositions of FHA properties. The contractor will review and process extension requests, occupied conveyances, surchargeable damage requests, and claim applications. They will also provide title review services and execute voluntary deeds. Key deliverables include a Continuity of Operations Plan and various reports. The contract is for a base period of 12 months, with four potential 12-month extensions. The evaluation criteria emphasize the quality and timeliness of services, focusing on HUD's requirements for pre- and post-conveyance activities. Critical dates include a 10-business-day turnaround for the initial draft Continuity of Operations Plan and a 30-day window for contractor responses to received claim applications.
    The U.S. Department of Housing and Urban Development (HUD) issues a sources sought notice to gather market intelligence for the Mortgagee Compliance Manager (MCM) role within its Real Estate Owned (REO) disposition program. The MCM is responsible for managing compliance related to HUD's acquisition of single-family homes through foreclosure or other methods associated with the Federal Housing Administration's (FHA) mortgage insurance program. HUD seeks to evaluate the capabilities of potential vendors to fulfill the MCM role nationwide, with a focus on pre- and post-conveyance services. These include processing requests related to conveyed properties, managing Claims Without Conveyance Title (CWCOT) and Home Equity Conversion Mortgage (HECM) assets, and providing transition services. The successful vendor will possess experience in mortgagee compliance services, specifically with single-family homes, and must have a physical office location. Responses to the market research questionnaire—which must not exceed ten pages—are due by August 13, 2024, at 11:00 a.m. EST. HUD emphasizes that this is not a request for proposals, and no financial reimbursement will be provided for response submissions.
    Lifecycle
    Similar Opportunities
    Mortgagee Compliance Manager 4.0 (MCM) Services
    Buyer not available
    The Department of Housing and Urban Development (HUD) is seeking contractor support for Mortgagee Compliance Manager (MCM) 4.0 services, aimed at enhancing the management of Single Family Real Estate-Owned (REO) properties. The contractor will be responsible for overseeing pre- and post-conveyance activities for REO assets, ensuring compliance with established standards, and providing real-time access to compliance documents, which is crucial for optimizing returns from the Federal Housing Administration's (FHA) insurance funds and promoting homeownership. This opportunity is set aside for small businesses, with a single fixed-price contract expected to span five years, including a base period and four optional periods, with the solicitation anticipated to be issued around November 29, 2024. Interested firms must register in the System for Award Management (SAM) under NAICS code 531390 and can contact Charles W. Hoyle Jr. at charles.w.hoylejr@hud.gov or Quotia Pitts at Quotia.C.Pitts@hud.gov for further information.
    Manufactured Housing Units (MHUs) Re-Compete 2025
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified manufacturers for the procurement of Manufactured Housing Units (MHUs) as part of the Re-Compete 2025 initiative. The objective is to provide temporary housing solutions for disaster survivors, ensuring that the MHUs comply with HUD standards and various accessibility regulations, as outlined in the Statement of Work (SOW). These units are critical for delivering effective and safe housing in disaster-affected areas, adhering to federal standards for quality and safety. Interested manufacturers must respond to the Request for Information (RFI) by February 24, 2025, and can direct inquiries to fema-mhusrfi2025@fema.dhs.gov for further details.
    D--HUD IOO Cloud Service Provider
    Buyer not available
    The Department of the Interior, through the Interior Business Center, is seeking industry feedback for a cloud service provision opportunity for the Department of Housing and Urban Development (HUD) under the Request for Information (RFI) numbered DOIDFBO250017. The primary objective is to establish a hybrid multi-cloud operational environment that enhances HUD’s IT infrastructure, supporting its mission towards sustainable housing, with services including Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) from providers like Microsoft Azure and AWS. Interested vendors are encouraged to submit their experiences and capabilities by following specific guidelines, with responses due by 2:00 PM Eastern Time on February 24, 2025, to Carla Mosley at cmosley@ibc.doi.gov. All submissions will become government property, and vendors should refrain from including sensitive information.
    Scanwriter Premier Software
    Buyer not available
    The Bureau of the Fiscal Service, on behalf of the U.S. Department of Housing and Urban Development Office of the Inspector General (HUDOIG), intends to award a sole-source contract to Personable Inc. for its ScanWriter Premier Software. This software is crucial for converting significant volumes of physical text records into electronic formats using Optical Character Recognition (OCR) technology, particularly for analyzing financial documents such as bank statements and checks. The unique capabilities of ScanWriter, which include instant audit trails and handwriting conversion, have been determined to be unavailable from other providers, justifying the sole-source award under FAR 6.302-1(b)(1). Interested parties must submit a capability statement by September 19, 2024, to purchasing@fiscal.treasury.gov, and should include company details, UEI number, product offerings, and a brief capabilities statement, adhering to specified file formats.
    Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking proposals for the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract aims to provide analytic support and technical assistance for healthcare delivery models under the Affordable Care Act, focusing on enhancing care quality and managing costs for Medicare, Medicaid, and CHIP beneficiaries. The selected contractors will engage in a range of activities including data analysis, program monitoring, and stakeholder engagement, with a total contract ceiling of $3.5 billion over its duration. Interested parties must submit their proposals, including technical and business components, by the specified deadlines, and can direct inquiries to Christopher Critzman at RMADA3@cms.hhs.gov or John Cruse at John.Cruse@cms.hhs.gov.
    Real Estate services for the Federal Government
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified firms to provide real estate title services for projects in the Mid-Atlantic region. This Sources Sought Notice aims to identify interested vendors capable of delivering these services in compliance with the Attorney General's regulations for real estate acquisition, while fostering competition among various socioeconomic categories, including Small Businesses, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses. The selected firms will play a crucial role in supporting the Corps' real estate acquisition efforts, which are vital for the successful execution of military projects. Interested vendors must submit a capabilities statement by March 11, 2025, and should be registered in the System for Award Management (SAM) under the relevant NAICS code (541990) to be eligible for future contracts. For further inquiries, vendors can contact Sharon Alexander at sharon.l.alexander@usace.army.mil or by phone at 410-962-0191.
    TikTok Notification to HUD Industry Partners
    Buyer not available
    Special Notice: HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF is notifying HUD industry partners about the "No TickTok on Government Devices Act." This act requires compliance from all HUD industry partners with active contracts. The service/item being procured is compliance with the act, which prohibits the use of TikTok on government devices. HUD industry partners are reminded to direct any questions or concerns to their assigned HUD contracting officer.
    MULTIFAMILY LEASE AND REPAIR (MLR) REQUEST FOR INFORMATION
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking information regarding the Multifamily Lease and Repair (MLR) program in response to Hurricane Helene, which has significantly impacted housing in Georgia. This initiative aims to provide temporary housing solutions for individuals and households displaced by the disaster by repairing or improving existing multifamily rental properties that meet specific criteria. The program is crucial for ensuring that eligible applicants have access to safe and adequate temporary housing, with FEMA covering costs up to $40,000 per unit for necessary repairs. Interested property owners must submit their responses by February 22, 2024, including detailed property information and compliance with accessibility standards, to the primary contact at FEMA via email at FEMA-DR4830GA-mlrrfi@fema.dhs.gov.
    70FBR425Q00000088 Request for Quote - DR4830-GA Direct Lease Program
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to participate in the DR4830-GA Direct Lease Program, which involves leasing residential properties for temporary housing in response to disaster relief efforts following Hurricane Helene. The procurement aims to secure a minimum of 20 residential units, with specific requirements for accessibility to accommodate individuals with Access and Functional Needs (AFN), while prioritizing local participation in the affected counties of Georgia. This initiative is crucial for providing safe and equitable housing solutions to individuals displaced by the disaster, ensuring compliance with federal regulations and standards. Interested vendors must submit comprehensive proposals by February 28, 2025, detailing available properties and pricing, with further inquiries directed to Ashlee Young at ashlee.young@fema.dhs.gov.
    USACE National Hurricane Program
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking to assess interest and capabilities among firms for the operation and maintenance of the HURREVAC hurricane evacuation management system, which is supported by FEMA. The primary objectives include ensuring real-time tracking and support for emergency management during tropical events, maintaining system performance with a 99% uptime goal during hurricane season, and providing user support for over 35,000 government users. This initiative is crucial for effective emergency management and coordination during hurricanes, emphasizing the importance of input from small businesses and socio-economically diverse entities to enhance competition. Interested parties must submit their company details, capabilities, and relevant past project experience by March 10, 2025, and can contact Sharon Alexander at sharon.l.alexander@usace.army.mil or 410-962-0191 for further information.