Professional Services in Support of the Duty to Serve Program
ID: FHF-24-Q-0122Type: Combined Synopsis/Solicitation
Overview

Buyer

FEDERAL HOUSING FINANCE AGENCYFEDERAL HOUSING FINANCE AGENCYFEDERAL HOUSING FINANCE AGENCY, OBFMWASHINGTON, DC, 20219, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

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

    The Federal Housing Finance Agency (FHFA) is seeking professional services to support its Duty to Serve (DTS) Program, aimed at enhancing housing finance for underserved markets, particularly for very low, low, and moderate-income families. The contractor will assist in monitoring and evaluating the performance of Fannie Mae and Freddie Mac in accordance with their strategic plans from 2022 to 2030, focusing on areas such as manufactured housing, affordable housing preservation, and rural housing. This procurement is crucial for ensuring compliance with DTS requirements and facilitating informed decision-making within FHFA. Interested vendors must submit technical and price quotations by October 30, 2024, with the anticipated contract award date set for December 2, 2024. For further inquiries, contact Jennifer Sellers at jennifer.sellers@fhfa.gov or call 202-981-3890.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Housing Finance Agency (FHFA) seeks professional services to support its Duty to Serve (DTS) Program, aimed at enhancing housing finance for underserved markets, specifically for very low, low, and moderate-income families. The contractor will assist FHFA in evaluating the performance of Fannie Mae and Freddie Mac to ensure compliance with DTS requirements, focusing on three key areas: manufactured housing, affordable housing preservation, and rural housing. Tasks include reviewing plans, analyzing quarterly and annual performance data, and developing communication tools. The contractor must possess deep knowledge in affordable housing finance, market needs, and innovative housing solutions, with an emphasis on collaboration with FHFA staff. The document outlines the scope of work, task requirements, quality assurance, deliverables, and personnel qualifications necessary for the successful execution of the contract. Regular communication and quick turnaround times are emphasized to keep FHFA informed. Compliance with accessibility standards is crucial, along with a smooth transition plan for successor contractors. This project illustrates FHFA's commitment to improving access to housing finance through strategic partnerships and data-driven assessments.
    The document outlines the Federal Acquisition Regulation (FAR) and Federal Housing Finance Agency (FHFA) clauses and provisions applicable to federal contracts. It indicates that certain solicitation provisions and contract clauses are incorporated by reference, meaning they hold the same legal force as if fully stated. Key provisions include contract types, responsibilities regarding systems for award management, and clauses related to commercial products and services, such as inspection, acceptance, and payment processes. It emphasizes the government’s rights to inspect delivered items, ensures compliance with privacy training, and details invoicing requirements to facilitate timely payments. Additionally, the document addresses dispute resolution procedures for claims and specifies that the FHFA is a non-appropriated funded agency which adopts but is not bound by the FAR. Moreover, it introduces provisions related to the non-disclosure of Controlled Unclassified Information, indicating stringent protocols for its handling and reporting of incidents. The document serves to establish the obligations and expectations for contractors engaging with the government, ensuring legal compliance and clarity in contract execution and financial transactions within the scope of federal procurement guidelines.
    The document outlines a federal request for quotation (RFQ) relating to labor costs for a multi-year project. It details a structured pricing schedule for six years of performance, specifying various labor categories and unit prices for positions ranging from Project Manager to Junior Research Assistant. Each year features a list of unit prices and estimated total costs, consistently set at $4,000 per year for labor, with additional sections reserved for reimbursables pertaining to materials and travel, governed by Federal Travel Regulations. The document emphasizes that all labor rates cover overhead, overtime, local travel, and other associated costs. No additional markup for administering reimbursables is permitted, ensuring clarity on the pricing structure. The RFQ stipulates that the quantities and amounts provided are for evaluation only, highlighting the fixed nature of the quoted prices throughout the contract period, with limited flexibility for changes based on certain contract clauses. This RFQ serves as a crucial framework for evaluating vendor proposals for federal contracts, ensuring compliance with fiscal policies and regulations while aiming for efficient procurement of necessary expert services over the contract's span.
    The document outlines the pricing schedule and labor categories for a federal Request for Quote (RFQ) for contract performance over six years. It details specific labor roles, including Project Manager, Project Director, Subject Matter Experts, and support staff such as Junior Research Assistants and Graphics Designers. Each year's pricing indicates predetermined unit prices and total evaluated costs, consistently set at $4,000 for the first five years, with variations in labor quantities detailed for years three and six. Reimbursable costs for materials and travel are also mentioned, governed by federal regulations. Importantly, the document stipulates that all quoted prices are fixed for the contract duration, barring necessary statutory adjustments. It emphasizes that labor rates encompass various associated costs—such as overhead and local travel—without additional markups. The document serves as a formal part of the procurement process for government contracts, ensuring transparency in pricing and expectations for performance. It reflects standard practices in federal contracting, highlighting a clear structure for potential quoter engagement while ensuring compliance with federal guidelines and regulations.
    This document, an attachment to Solicitation Number RFQ# FHF-24-Q-0122, presents a list of questions and answers relevant to the solicitation process. It is structured as a straightforward Q&A format that addresses inquiries related to the request for quotations (RFQ). The purpose of this document is to clarify specific aspects of the RFQ for potential bidders, facilitating their understanding and submission of proposals. The absence of detailed questions in the content suggests preliminary feedback or a lack of widespread participant queries at this stage. Overall, the Q&A serves as a resource for interested parties to navigate the requirements of the solicitation, enhancing transparency and allowing for informed bid submissions. This compliance-focused approach aligns with the broader goals of federal and state/local RFP processes, which aim to ensure competitive fairness and clarity in government contracting.
    This document outlines the Q&A responses for Solicitation Number RFQ# FHF-24-Q-0122 from the Federal Housing Finance Agency (FHFA). Key topics include the extension of the proposal deadline to October 30, 2024, and the requirement that all deliverables must comply with Section 508 accessibility standards. Clarifications are provided regarding the “Qualified Action Plan,” which outlines necessary staff and timelines, and the qualifications required for the Project Director role, allowing contractors with relevant experience to qualify. The document also addresses the ability of offerors to propose additional labor categories and emphasizes that there are no fixed turnaround times for tasks designated as requiring short notice. The contractor must propose methods for analyzing public input and developing performance tracking tools. There are no strict templates for reports. Furthermore, it clarifies that FHFA will consider proposals from small businesses but does not set participation goals. Although there’s no limit to the number of proposals reviewed, FHFA plans to make a single award. Oral presentations are not required in the evaluation process, and while appraisal debriefings are not guaranteed, unsuccessful vendors can expect brief feedback on the contracting decision. This document serves as a guide for vendors participating in the solicitation process, ensuring transparency and clarity in requirements.
    The Federal Housing Finance Agency (FHFA) issued a Request for Quotation (RFQ) for professional services in support of its Duty to Serve (DTS) Program. The RFQ (FHF-24-Q-0122) seeks contractor assistance to monitor and evaluate the performance of the Enterprises according to their strategic plans spanning 2022-2030. The procurement, categorized under NAICS code 541611, is unrestricted with an anticipated award date of December 2, 2024. The project will consist of a 12-month base period starting January 17, 2025, with five optional renewal periods. Vendors must submit both technical and price quotations, adhering to specific submission guidelines, including registration in the System for Award Management. The technical submission needs to detail personnel qualifications, management approach, and past experience, adhering to page limits. Price quotation submissions are evaluated for reasonableness and include estimated travel and material costs. The evaluation process emphasizes technical merits over price, aligning with FAR regulations, and intends to award based on overall best value, showcasing FHFA's flexibility in decision-making. This RFQ reflects the agency's commitment to achieving its statutory duties effectively through external expertise.
    The Federal Housing Finance Agency (FHFA) has issued a Request for Quotation (RFQ) seeking professional services to support its Duty to Serve (DTS) Program. The RFQ (FHF-24-Q-0122) is aimed at contractors who can assist in monitoring and evaluating the performance of Enterprises per their strategic plans spanning from 2022 to 2030. The contract may cover a base year plus up to five optional years, with an expected award date of December 2, 2024. Quoters must submit their quotes electronically, ensuring compliance with specific requirements. The RFQ outlines a two-volume submission format, separating technical and price quotations. Technical quotations should demonstrate the firm’s capabilities and relevant past experience while adhering to specified page limitations. Evaluation criteria prioritize technical quality over pricing, although both will influence the award decision. Only those quotes rated acceptable or higher will be considered, with the potential for multiple awards. Additionally, the document provides guidance on required information, deadlines for questions and quotes, and FAR references relevant to the procurement process, fostering a fair competition among prospective vendors.
    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.
    Loan Performance Servicing Data
    Active
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development (HUD) is seeking qualified vendors to provide an annual online data subscription for loan limit data, loan servicing performance data, and loan securities data. This procurement aims to enhance HUD's risk assessment capabilities for both single-family and multifamily properties, ensuring compliance with regulatory mandates and supporting informed decision-making in housing finance. The contractor will be responsible for delivering comprehensive data elements quarterly, providing continuous online access, and offering training for HUD users on utilizing the databases and associated software. Interested parties must submit their capability statements via email to Ann Turner and Travis Sutton by October 18, 2024, at 2:00 PM Eastern Time for consideration.
    Technical Expertise and Support Services for FHWA Office of Safety
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration (FHWA) is preparing to release a Request for Proposal (RFP) for Technical Expertise and Support Services aimed at enhancing the Office of Safety's initiatives, with the contract expected to be awarded in fiscal year 2025. This procurement will involve an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract, which is crucial for supporting the FHWA's efforts in improving transportation safety through its two units: the Office of Safety Technologies and the Office of Safety Programs. A Virtual Industry Day is scheduled for October 30, 2024, to engage industry partners, and interested parties must RSVP by October 24, 2024, to participate. For further inquiries, contact Kristen Hayes at kristen.hayes@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov.
    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 proposals for the Hazard Mitigation Technical Assistance Program (HMTAP), specifically for Non-Architectural and Engineering (Non-A&E) services. The procurement aims to establish three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts across designated geographic zones in the United States, enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation efforts. These services are critical for supporting resilience grants, conducting environmental assessments, and ensuring compliance with federal regulations related to disaster mitigation. Interested contractors must submit their proposals by Tuesday, November 12, 2024, at 2 PM ET, with a total contract value potentially reaching $93.3 million per contract. For further inquiries, contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    DEPARTMENT OF THE AIR FORCE STRATEGIC TRANSFORMATION SUPPORT (DAFSTS II) FOLLOW-ON RFP
    Active
    Dept Of Defense
    The Department of the Air Force is soliciting proposals for the Strategic Transformation Support (DAFSTS II) initiative, which aims to establish a multi-award indefinite delivery/indefinite quantity (IDIQ) contract over a five-year period. This procurement seeks to provide Advisory and Assistance Services (A&AS) and Professional Services to enhance the operational efficiency and effectiveness of the Department of the Air Force and other federal agencies through strategic transformation initiatives. The contract is structured into two tiers, with Tier 1 targeting vendors with experience in Fortune 50 companies and Tier 2 focusing on those with Fortune 200 experience, emphasizing the importance of corporate experience in addressing complex challenges. Interested parties must submit their proposals by November 22, 2024, at 1:00 PM, and can direct inquiries to the primary contact, AFSTS Org Box, at afdw.pkpks.afsts@us.af.mil. The total ceiling for this contract is set at $3.75 billion.
    Redacted EFO DHA FE HQ Facilities Operations Branch (FOB) Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking to procure Facilities Operations Branch Support Services for the Defense Health Agency (DHA) at its Facilities-Enterprise Headquarters in San Antonio, Texas. This procurement involves a non-competitive Task Order awarded to NIKA Technologies, which will provide essential project support services for a six-month period, from September 10, 2024, to March 9, 2025, to maintain over 200 Military Treatment Facilities (MTFs). The urgency of this requirement is underscored by the critical nature of the services, which are vital for ensuring patient care and the operational effectiveness of the Department of Defense. Interested parties can reach out to Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil for further information regarding this total small business set-aside opportunity.
    Dental Supplies & Equipment
    Active
    Treasury, Department Of The
    The Department of the Treasury's Bureau of the Fiscal Service is seeking quotes for dental supplies and equipment to support the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement involves a fixed-price contract with a base period of 12 months and four optional 12-month extensions, running from January 1, 2025, to December 31, 2029. This initiative is crucial for ensuring that the AFRH can provide high-quality dental care to its residents, with a comprehensive supply list detailing necessary items such as dental instruments and materials. Interested vendors must submit their electronic quotations by October 17, 2024, and direct any inquiries to purchasing@fiscal.treasury.gov by October 10, 2024, to ensure compliance with the solicitation requirements.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Perkins Loan Servicing
    Active
    Education, Department Of
    The Department of Education, through the Federal Student Aid (FSA) Acquisitions Office, is seeking proposals for the Perkins Loan Servicing contract, which is set aside for small businesses. The objective of this procurement is to secure a contractor capable of managing the servicing of Perkins loans, including transition procedures, cybersecurity support, and customer service, while ensuring compliance with federal regulations and maintaining high service levels for borrowers. This contract is critical as the Perkins Loan Program is gradually winding down, necessitating efficient management of loan assignments and adherence to security protocols for handling sensitive information. Proposals must be submitted electronically by November 4, 2024, at 4:00 PM Eastern Time, with all relevant documentation sent to the designated contacts, Kimberly Hampel and Kimberly Kilpatrick, at the provided email addresses.
    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.