Administering Organization Services
ID: 86615624R00010Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    Combined Synopsis/Solicitation HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF is seeking Administering Organization Services for the Office of Manufactured Housing Programs. These services are required to recommend the initial members of the consensus committee, administer the consensus standards development process, and administer the consensus development and interpretation process for procedural and enforcement regulations. The services also include regulations specifying the permissible scope and conduct of monitoring. This solicitation is being conducted under FAR Part 12 in conjunction with FAR Part 15.

    Point(s) of Contact
    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.
    Multi-Family Master Sub-Servicer (MF MSS) Support Services
    Active
    Housing And Urban Development, Department Of
    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.
    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.
    FEMA LOG Incident Support - Mobile Logistics Office Unit Trailers
    Active
    Homeland Security, Department Of
    FEMA Logistics Incident Support The Federal Emergency Management Agency (FEMA) is seeking rugged, fifth-wheel trailers customized to function as offices, known as Mobile Logistics Office Units (MLOUs), to support its Logistics Operations Division. This notice is a presolicitation to allow contractors to prepare for the upcoming solicitation, anticipated to be released around August 5, 2024. This procurement is a total small business set-aside, with a NAICS code of 336212 and a size standard of 1,000 employees. The agency plans to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for five consecutive years. FEMA requires the delivery of customized trailers that can function as mobile offices. The awardee will manufacture the units in their U.S.-based facility and deliver them to FEMA's Distribution Center in Fort Worth, TX. A prototype will undergo a first article inspection before any production begins. The solicitation will employ a best value trade-off approach, with technical factors weighted more heavily than price. FEMA will use a two-step advisory process to streamline the selection, favoring offerors who have the highest technical merit and lowest risk. Interested parties should prepare their applications accordingly, as the solicitation period may be shorter than the standard 30 days. No proposals are due at this time, and contractors should be aware that the government will not reimburse any costs incurred in preparing responses to this presolicitation notice. For clarification or further information, contractors can contact the primary point of reference listed as: r7-ordering@fema.dhs.gov 202-880-7322 This summary provides an overview of the upcoming opportunity for potential applicants, enabling them to assess their interest and capacity to respond to the formal solicitation when it is issued.
    Multiple Award Schedule
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking vendors for its Multiple Award Schedule, a comprehensive procurement initiative. GSA's Furniture Systems Management Division requires a range of commercial items, with a focus on miscellaneous services. This combined synopsis and solicitation follows a streamlined format, and interested parties should submit their proposals accordingly. Contact the National Customer Service Center for detailed information, or refer to the provided email and phone number.
    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.
    Main Bus Program 2020
    Active
    General Services Administration
    Combined Synopsis/Solicitation GENERAL SERVICES ADMINISTRATION is seeking to procure Main Bus Program 2020. The General Services Administration (GSA) is a mandatory source for motor vehicles under the Federal Property Management Regulation (FPMR) 101-26.501. GSA will issue a Request for Proposals (RFP) for 2020 Buses to be built in accordance with Federal Vehicle Standard 833P to meet this requirement. GSA Vehicle Purchasing acquires an estimated 50,000 new model year, non-tactical vehicles for Federal Executive Agencies and the Department of Defense (DOD) annually. The contract type contemplated is a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (FFP/IDIQ) contract. The anticipated period of performance is one (1) Base Year with three (3) twelve-month option periods. This acquisition will 100% full and open competition, though all qualified socio-economic concerns will be encouraged to submit offers. This acquisition will be classified under NAICS code 336211 - Motor Vehicle Body Manufacturing. The Small Business Size Standards can be found at http://www.sba.gov/document/support--table-size-standards. Anticipated Evaluation Factors are: Technical Capability, Management Capability, and Price.
    OCNMS mobile/manufactured home; Forks, WA
    Active
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) seeks bids for a federal contract to supply and install a new 4-bedroom, 2-bathroom mobile/manufactured home as field housing for NOAA staff in Forks, Washington. The sanctuary requires a practical and efficient housing solution to overcome the challenges of remote location and logistics, with the mobile home conforming to specific standards and featuring designated amenities. The contract, worth an estimated $25,000 or more, is open to small businesses and comes with a completion deadline of April 2025. Interested parties must submit their quotes by September 9, 2024, for a prompt review and award based on the Lowest Price Technically Acceptable Offer.
    MD Repair & Alteration IDIQ Solicitation Number Change
    Active
    General Services Administration
    Presolicitation GENERAL SERVICES ADMINISTRATION (GSA) Mid-Atlantic Region intends to solicit proposals for a new Indefinite Delivery Indefinite Quantity multiple award term contract for repair and alteration construction services under the Simplified Acquisition Threshold. This contract is to provide repair and alteration construction services for Government owned and leased facilities in the State of Maryland. The individual task orders to be placed under the contract will range in dollar value from $2,000 to $150,000, with a Maximum Order Limitation (MOL) of $7,500,000. The contract will be utilized by the Baltimore Field Office personnel and will have a total potential contract period of five (5) years. The procurement is set aside for the 8(a) program and offerors will be evaluated based on technical merit and price proposals. The selected firms will be competitively chosen using the Best Value trade-off process. The complete solicitation package will be available electronically on the FedBizOpps website. Offerors must be registered in the Contractor's Central Registration (CCR) database and the System for Award Management (SAM) to participate in this procurement.
    23--Enclosed Trailer
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide an enclosed trailer as part of a combined synopsis/solicitation. This procurement is aimed at acquiring commercial items, with the requirement for the items to be either Brand Name or Equal, and is categorized under the NAICS code 333924, which pertains to Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. The solicitation is set to close on September 10, 2024, at 11:00 AM Eastern Time, and interested sellers must submit their bids through the Unison Marketplace platform, where they can also ask questions regarding the solicitation. For assistance, sellers can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.