Multi-Family Master Sub-Servicer (MF MSS) Support Services
ID: 86615524R00007Type: Combined Synopsis/Solicitation
Overview

Buyer

HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFHOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFCPO : GNMA SUPPORT DIVISIONWASHINGTON, DC, 20410, USA

NAICS

Investment Banking and Securities Intermediation (523150)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The U.S. Department of Housing and Urban Development (HUD) is seeking contractors to provide Multi-Family Master Sub-Servicer (MF MSS) Support Services, specifically to service Ginnie Mae loans from terminated issuers. The primary objective of this procurement is to ensure effective servicing of Multifamily loans, including asset management and compliance with Ginnie Mae regulations, particularly for loans associated with extinguished issuers. This contract will be awarded as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated ceiling of $25 million over a three-year period, with proposals due by September 16, 2024, at 2 PM ET. Interested vendors can direct inquiries to Cheri Redding at Cheri.L.Redding@hud.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Amendment 0002 of a solicitation by the U.S. Department of Housing and Urban Development (HUD) for the Multifamily Master Sub-Servicer (MF MSS) contract. The primary purpose of this amendment is to extend the deadline for proposal submissions to September 9, 2024, at 2:00 PM ET. The contract period is designated from January 6, 2025, to January 5, 2030. To acknowledge receipt of this amendment, contractors are required to follow specific acknowledgment methods, which include modifying existing offers or submitting new proposals. The contract's modification stipulates that all remaining terms and conditions from the original solicitation remain unchanged and in effect. This amendment aims to clarify the requirements for contractors and ensure compliance in the proposal submission process while allowing additional time for interested parties to prepare their submissions. Overall, the amendment plays a critical role in facilitating the procurement process within the federal grant and RFP context.
    The document is an amendment to a solicitation related to the Multifamily Master Sub-Servicer (MF MSS) project by the U.S. Department of Housing and Urban Development (HUD). The purpose of Amendment 3 is to clarify a vendor's question regarding experience requirements for bidders. Specifically, it states that to qualify, offerors must be approved Ginnie Mae Issuers and have serviced a minimum of 100 Multifamily Mortgage-Backed Securities (MF MBS) pools within the past year. The period of performance for this project spans from January 6, 2025, to January 5, 2030. The amendment outlines the necessity for offerors to acknowledge receipt of this amendment and highlights that failure to do so may lead to the rejection of their offer. All original terms and conditions remain in effect unless otherwise specified in this amendment. The document is structured to present administrative details, vendor queries, government responses, and project specifics methodically, ensuring compliance with procurement processes.
    The document pertains to Amendment 4 of RFP 86615524R00007 for the Multifamily Master Sub-Servicer (MF MSS) Support Services, issued by the US Department of HUD. The amendment serves to address vendor inquiries, provide necessary Standard Operating Procedures (SOP) documents, and extend the proposal submission deadline to September 16, 2024. The solicitation’s period of performance is noted from January 6, 2025, to January 5, 2030. Key responses detail the absence of a defaulted multifamily (MF) portfolio, with an average of 100 loans or pools per agency, and statistical insights into loan characteristics, such as principal balances and types. The amendment clarifies that embedded templates and SOPs referenced throughout the request are available for review and submission by contractors. Importantly, the document emphasizes the need for contractors to acknowledge receipt of the amendment and adhere to submission guidelines to avoid rejection of their offers. Overall, this amendment aims to streamline communication between the government and potential contractors, ensuring clarity and accessibility of information for proposal development.
    This document outlines Amendment 5 to RFP 86615524R00007, focused on the Multifamily Master Sub-Servicer (MF MSS) role within the U.S. Department of Housing and Urban Development (HUD). The amendment clarifies the requirements for contractors regarding their servicing capabilities, specifically the timeframe to transfer and manage multifamily mortgage-backed securities (MF MBS) portfolios. It addresses a vendor question about maintaining servicing capacity before a termination, stating that prospective contractors must be active Ginnie Mae MF Issuers with experience in servicing a minimum of 100 Ginnie Mae MF MBS loans or pools within the past year. The vendor’s capacity to handle multiple issuers—and the onboarding of multiple portfolios—is emphasized as essential, even though currently no extinguished portfolios exist. The performance period for this contract is set from January 6, 2025, to January 5, 2030. The amendment ensures that all existing terms and conditions remain unchanged while specifying expectations for capacity and readiness to manage sudden service demands.
    The U.S. Department of Housing and Urban Development (HUD) is issuing a Request for Proposal (RFP) for Multi-Family Master Sub-Servicer (MF MSS) Support Services. The project aims to provide comprehensive support to service Multifamily loans, specifically involving Ginnie Mae loans from terminated issuers. The anticipated acquisition is for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated ceiling of $25 million over a three-year period, offering Firm Fixed Price (FFP) and Time-and-Materials (T&M) task orders. The NAICS code for this RFP is 523150, with a small business size standard of $47 million. Key tasks will include plans, reports, standard operating procedures, asset management, legal services, and IT security support. The government will utilize a best value trade-off process for evaluation, allowing for awards beyond simply the lowest cost proposals. Questions related to the solicitation must be directed to the contracting officer by a specified deadline. The successful contractor will be responsible for off-site services performed at their facilities, ensuring compliance with federal regulations throughout the process.
    The document details Amendment 1 to RFP 86615524R00007 concerning the Multi-Family Master Sub-Servicer (MF MSS) support services. It addresses vendor inquiries, outlining essential clarifications on contract terms, including a five-year procurement period made up of a base year and four option years. Key points of the amendment include the provision of two Standard Operating Procedures: Extinguishment and Portfolio Seizure Management, ensuring compliance and operational clarity. The amendment responds to specific questions about the solicitation, such as clarifications on past performance requirements, the necessity for prime contractors to be approved MF Issuers under the Ginnie Mae program, and the evaluation criteria for proposals. Notably, it reinforces that subcontractors cannot replace the prime contractor's qualifications, emphasizing the importance of both compliance and management capabilities within teams. The document also contains administrative instructions regarding amendments and offer submissions, ensuring vendors understand the process to remain eligible for consideration. Overall, this amendment functions to enhance transparency and guide potential offerors in aligning their proposals with government requirements for the MF MSS services.
    The Performance Work Statement (PWS) outlines the requirements for the selection of a Multifamily Master Subservicer (MF MSS) to manage and service Multifamily (MF) loans pooled to support Ginnie Mae's mortgage-backed securities (MBS) program. The primary objective is to provide effective servicing, particularly for loans associated with terminated issuers, ensuring compliance with regulations set by Ginnie Mae and HUD. Key tasks include loan servicing, asset management, and the execution of plans related to termination, extinguishment, and seizure (T/E/S) processes. The contractor is expected to develop various operational documents, including plans for integrated extinguishment and operational reports, while adhering to strict timelines. Performance standards are specified to ensure accountability, including timely submission of reports and proper handling of funds. The document emphasizes the need for a solid quality control framework, security measures, and compliance with legal requirements throughout the engagement. Overall, the PWS aims to promote a stable housing market by facilitating the efficient management of MF loans, thereby supporting affordable housing initiatives.
    The Quality Assurance Surveillance Plan (QASP) for the Multifamily Master Subservicer by Ginnie Mae details the processes and standards for monitoring contractor performance in servicing multifamily mortgage-backed securities. The QASP outlines the government's approach to ensuring that the contractor meets specific performance objectives and quality levels defined in the Performance Work Statement (PWS). It emphasizes a results-oriented performance management strategy, requiring contractors to implement their quality control plans while the government monitors their adherence to these standards. Key roles include the Contracting Officer and the Contracting Officer Representative, responsible for contract administration and performance assessments. The document specifies performance standards, acceptable quality levels, and monitoring methodologies, such as customer feedback, inspections, and progress reports. The QASP also includes a comprehensive list of required documentation and performance metrics, with corrective action procedures to address deficiencies. The overall objective is to ensure that contractors deliver quality services effectively while permitting flexibility in their operational processes, ultimately aligning contractor performance with Ginnie Mae’s expectations and regulatory requirements.
    The document pertains to Solicitation 86615524R00007 issued by the Department of Housing and Urban Development (HUD) for procuring services of a Multi-Family Master Subservicer (MF MSS). It includes a Past Performance Survey aimed at evaluating contractors based on their service quality, schedule adherence, cost control, business relations, and management of key personnel. Each criterion requires reviewers to provide an adjectival rating (Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory) and additional comments to support their assessments. The survey serves as a critical tool for HUD to gather input from references about the contractor’s past performance, thereby aiding in the selection process for the best offeror. The overall objective of this solicitation and survey is to ensure that HUD engages competent contractors capable of delivering high-quality multi-family property servicing while adhering to contractual obligations. This procedure highlights the importance of past performance as an indicator of future reliability and effectiveness in governmental contracting.
    The document outlines the price breakdown for the solicitation No: 86615524R00007 concerning the Multi-Family Subservicer (MF MSS). It focuses on the cost structure associated with asset management, specifically detailing direct labor costs from prime contractors and subcontractors. The template requires offerors to provide detailed pricing for various labor categories, including contract and proposed rates, total costs, and applicable discounts. Additionally, costs must be broken down by task, specifying labor categories, hours worked, and rates for each task. The summary indicates a structured approach to pricing, where costs are categorized into direct labor, subcontract labor, and other direct costs, with a total price calculated for the base period and options for future years, along with a specified escalation rate. This solicitation is part of federal RFP processes aimed at ensuring transparency and competitiveness in contract bidding for governmental services.
    The document outlines the payment and invoicing procedures for the Multi-Family Master Subservicer contract (Contract No. 86615524R00007) with Ginnie Mae. Vendors are required to provide banking details for ACH and FedWire payments using a specific form, which must be updated if banking information changes. Invoices must adhere to FAR clause 52.232-25, “Prompt Payment,” including elements such as vendor details, contract numbers, line item descriptions with costs, and an itemized breakdown of expenses. Moreover, a monthly report detailing completed activities and deliverables is required to accompany the invoice. It mandates clear submission guidelines for invoices via USPS or courier services, specifying the address and required contact details. This document serves to ensure compliance with invoicing protocols and timely payments for services rendered, thereby streamlining financial transactions within government contracts.
    The document outlines the Subcontracting Plan for the Multi-Family Master Subservicer (MF MSS) under Solicitation No. 86615524R00007 by the U.S. Department of Housing and Urban Development. It provides a structured template for contractors to propose Individual, Master, or Commercial Subcontracting Plans, aligning with Federal Acquisition Regulation (FAR) requirements. Contractors must specify subcontracting goals for various categories of small businesses: Small Business (SB), HUBZone SB, Small Disadvantaged Business (SDB), Woman-Owned SB (WOSB), Veteran-Owned SB (VOSB), and Service-Disabled Veteran-Owned SB (SDVOSB). The plan requires detailed reporting on planned subcontracting dollars, descriptions of services, methods for developing goals and identifying subcontractors, and compliance assurances, including timely payments to small businesses. This plan emphasizes the need for good faith efforts to engage small businesses, equipping the government with essential data to evaluate contractor performance in meeting established goals. Adherence to these requirements is critical for successful contract facilitation and promoting equitable opportunities within federal procurement processes.
    The document outlines past performance information for a multi-family master subservicer as part of the request for proposals (RFP). It lists details pertaining to the services offered over the last three years by a prime contractor and subcontractors involved. The key entry highlights a contract with the U.S. Department of Housing and Urban Development (HUD), specifically the Office of Public and Indian Housing, for technical assistance provided to public housing agencies. The contract, C-DEN-12345, valued at $1,000,000, was executed from January 2007 to January 2009. Important personnel involved in this project include a project manager and support specialists. The document serves as a record to demonstrate the contractor's relevant experience and capability to fulfill government contracts, thereby playing a significant role in the evaluation process for current proposals and grants.
    The document outlines the Standard Operating Procedure (SOP) for extinguishing an Issuer from Ginnie Mae’s Mortgage-Backed Securities (MBS) Program, documented as SOP 6030.03.0003. It details a structured four-phase process: Organize, Pre-Site Visit, Site Visit, and Site Visit Closeout. In the Organize phase, preliminary information is gathered and stakeholders are notified. The Pre-Site Visit involves communicating the extinguishment decision and coordinating data and documentation. The Site Visit entails deploying teams to collect necessary data and manage the transition of the Issuer’s portfolio to a Master Sub-Servicer (MSS). Finally, the Site Visit Closeout confirms the successful transfer and updates the system. The SOP ensures compliance with Ginnie Mae guidelines, outlines internal controls, and describes roles and responsibilities through RACI matrices. It also emphasizes the need for thorough documentation, including an Extinguishment Justification Memo and other key notices, ensuring efficiency and accountability during the extinguishment process. This SOP is vital for maintaining regulatory compliance and effective asset management within the federal framework, demonstrating Ginnie Mae's structured approach to managing Issuer relationships within its MBS Program.
    The "MF MSS Portfolio Seizure Management Standard Operating Procedure (SOP 6000.4.1)" outlines the processes for extinguishing a Multifamily Issuer from Ginnie Mae’s Mortgage-Backed Securities (MBS) Program. The extinguishment process consists of four phases: Organize, Pre-Site Visit, Site Visit, and Site Visit Closeout. The Organize phase involves gathering key information and establishing communication with stakeholders. In the Pre-Site Visit, the Master Subservicer (MSS) prepares for the extinguishment by drafting necessary plans and confirming roles. The Site Visit phase sees the deployment of extinguishment teams, who gather data and documentation relevant to the issuer’s portfolio. Lastly, the Site Visit Closeout phase includes the analysis of the extinguished portfolio and reporting key findings. This SOP is vital for ensuring that Ginnie Mae adheres to internal controls, manages risk effectively, and maintains compliance with federal regulations. It emphasizes the importance of stakeholder coordination and detailed procedural documentation while aiming to streamline operations associated with managing extinguishments within the MBS Program.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Housing and Urban Development Mortgagee Compliance Management (MCM) Services
    Active
    Housing And Urban Development, Department Of
    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.
    Cyber Security Support Services
    Active
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development (HUD) is seeking qualified contractors to provide Cybersecurity Support Services for its Office of the Chief Information Security Officer (OCISO). The primary objective is to enhance HUD's cybersecurity capabilities through comprehensive program management, security architecture, governance, risk compliance, and incident management, while transitioning to a Zero Trust architecture. This initiative is crucial for safeguarding HUD's information systems against evolving cyber threats and ensuring compliance with federal regulations. Interested parties must submit their capabilities by September 12, 2024, with an anticipated budget of approximately $38 million for a contract term of 12 months, which may include two one-year extensions. For further inquiries, contact Dwayne E. Gist at dwayne.e.gist@hud.gov or David Cruz-Mota at david.o.cruz-mota@hud.gov.
    Construction Management Services
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for Construction Management Services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative aims to enhance GPO's project management capabilities for construction projects, particularly for the renovation of GPO Building D, by providing necessary labor, materials, supervision, and operations over a five-year period, with a total ceiling price of $10 million. The selected contractor will be responsible for delivering project management plans, progress reports, and quality assurance monitoring, ensuring compliance with contract specifications and effective project execution. Interested offerors must submit their proposals, including a Past Performance Questionnaire, by September 19, 2024, and can contact Sae Jeong at sjeong@gpo.gov or Troy White at twhite@gpo.gov for further information.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors to provide Hazard Mitigation Technical Assistance Program (HMTAP) services, specifically non-architectural and engineering services. The procurement involves the issuance of three Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each designated for different geographic zones across the United States, aimed at enhancing capacity for pre-disaster, during disaster, and post-disaster mitigation efforts. This initiative is crucial for supporting FEMA's mission to improve disaster resilience and compliance with environmental regulations, including flood risk management and assessments. Interested parties must submit proposals by August 19, 2024, with a total estimated funding amount of $1,583,902 for the project, and can direct inquiries to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    0402 GAOA Critical Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Critical Housing Deferred Maintenance project at the Boise National Forest in Idaho. This project involves the remodeling of two bunkhouses and a showerhouse at the Garden Valley Work Center, with an estimated construction budget ranging from $500,000 to $1,000,000. The initiative is crucial for maintaining federal housing infrastructure and ensuring compliance with health and safety standards, while also promoting sustainable construction practices. Interested small businesses must submit their proposals by September 17, 2024, at 5:00 PM EST, with all submissions directed to Brenda Simmons at brenda.simmons@usda.gov.
    Housing Maintenance Services - Training Center, (TRACEN) Cape May, NJ
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide Housing Maintenance Services at the Training Center (TRACEN) in Cape May, New Jersey. The contractor will be responsible for supplying all necessary personnel, equipment, and materials to perform maintenance tasks, including carpentry, plumbing, and electrical work, on a 24/7 basis for a base year plus four option years, starting January 1, 2025. This service is crucial for maintaining the quality of military family housing and ensuring the safety and well-being of personnel and their families residing at the facility. Interested parties must respond to the Sources Sought Notice by September 20, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Rosalyn Wooling at Rosalyn.A.Wooling@uscg.mil or Jennifer R. Blackwell at Jennifer.r.blackwell@uscg.mil.
    Water Services for AFRH-Gulfport
    Active
    Treasury, Department Of The
    The Department of the Treasury, through the Bureau of the Fiscal Service, intends to award a sole source contract to The City of Gulfport, MS, for water and sewer services at the Armed Forces Retirement Home (AFRH-G) in Gulfport, Mississippi. This procurement aims to ensure the continuation of essential utility services, as market research indicated no alternative providers are available for this specific location, necessitating uninterrupted service. The contract will cover a performance period from January 1, 2025, to December 31, 2029, consisting of one base year and four optional years. Interested vendors must submit capability statements by September 19, 2024, to purchasing@fiscal.treasury.gov, demonstrating their qualifications, although the final decision will remain at the discretion of the government.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and Deactivation
    Active
    Homeland Security, Department Of
    Presolicitation notice from the Department of Homeland Security, Federal Emergency Management Agency (FEMA) is seeking support services and construction for its Transportable Temporary Housing Unit (TTHU) mission. The TTHUs include manufactured homes and travel trailers and are used to provide housing to disaster survivors. The scope of work includes transportation, staffing of staging areas, installation and maintenance of housing units, deactivation and transportation to storage sites, site inspections, feasibility assessments, and design and construction services for various sites. The contract will be awarded through full and open competition with a partial small business set aside. The contract type will be Firm Fixed Priced (FFP) and Time and Material (T&M), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ). The base period of performance will be one year, with four one-year option periods.
    UEM B3163, CTG Solar Turbine (deleted HRSG Boiler, and Gas Booster) Reoccurring Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Washington, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for recurring maintenance of the UEM B3163 CTG Solar Turbine, including the deleted HRSG Boiler and Gas Booster, at the Naval Support Facility in Indian Head, Maryland. The contract requires the selected contractor to provide all necessary labor, materials, equipment, and supervision for maintenance services over a base period of one year, with four additional one-year option periods available. This procurement is critical for ensuring the operational readiness and compliance of essential energy infrastructure, emphasizing the importance of high-quality maintenance services. Proposals are due by 2:00 PM EST on September 23, 2024, and interested parties should direct inquiries to Cynthia Wright at cynthia.wright@navy.mil or Susan K. Swann at susan.swann@navy.mil.