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
    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.
    Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance (COMS) for Unaccompanied Housing
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Marianas, is seeking qualified vendors to provide Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS) for Unaccompanied Housing at various military installations in Guam, including Naval Base Guam, Andersen Air Force Base, and Marine Corps Base Camp Blaz. The procurement aims to identify capable sources that can deliver a range of services, including facility management, custodial services, pest control, and utilities management, essential for maintaining military housing facilities. This initiative is critical for ensuring efficient service delivery and operational readiness within military housing environments. Interested parties must submit their qualifications and complete the Statement of Interest Questionnaire by October 1, 2024, at 11:00 AM Guam Time, to Roxanne Moss and Daniel Calvo via email, as no telephone inquiries will be accepted.
    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.
    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.
    Virtual Acquisition Office Subscription
    Active
    Health And Human Services, Department Of
    The Health Resources and Services Administration (HRSA) is planning to issue a sole source contract for Virtual Acquisition Office Subscription Services to Unison Virtual Acquisition Office LLC, based in Dulles, Virginia. This procurement is necessitated by HRSA's determination that only one responsible source can meet its requirements, as outlined in Federal Acquisition Regulations (FAR) Part 6.302-1. The subscription services are critical for HRSA's operations, ensuring the agency has access to essential software solutions. Interested parties are invited to submit statements of capability by 2 PM EST on September 18, 2024, for consideration, with inquiries directed to Malik Brown at Mbrown@hrsa.gov or Helen Wesley at hwesley@hrsa.gov.
    USPSC Lead Humanitarian Assistance Advisor to the Military (HAA/M)
    Active
    Agency For International Development
    Solicitation Notice: AGENCY FOR INTERNATIONAL DEVELOPMENT is seeking a Lead Humanitarian Assistance Advisor to the Military (HAA/M). This service is typically used to provide personal services under contract for the United States Government (USG), represented by the U.S. Agency for International Development (USAID). The solicitation encourages individuals from disadvantaged and under-represented groups to respond. The closing date for offers is March 18, 2025, at 12:00 P.M. Eastern Standard Time. For more information, contact the FARO Recruitment Team at BHA.FARORecruitment@usaid.gov.
    Small Business Information Request
    Active
    General Services Administration
    Special Notice GENERAL SERVICES ADMINISTRATION is requesting small business information for the Office Management category. This is a standing special notice and the Office Management welcomes responses at your convenience. The purpose of this request is to explore ideas to better support the small business community. Small business vendors who have previously done business with the federal government under the Office Management category or those interested in future business under this category should review and respond to this special notice. Agencies interested in discussing small business participation within the Office Management category are also welcome to review this notice and contact OfficeManagement@gsa.gov to discuss further. The Office Management category is broken into 3 main subcategories: Furniture, Office Management Products, and Office Management Services. Small business statistics show that the Office Management category has consistently seen high levels of small business spend, ranging from 57.2% to 63.7% over the last 5 years. The Office Management category team is seeking input on how to best support the small business community and address their concerns moving forward. Small business vendors are encouraged to submit their responses to the provided email address by the specified date. The Office Management category team is also interested in knowing if there are any barriers to entry under the Office Management category, any agencies they should reach out to regarding small business activity, and if there is anything they can do to ensure a more equitable distribution of contracts. Additionally, they are considering hosting webinars focused on small business participation and are open to suggestions for specific areas of interest.
    OUSD (Comptroller) Mission Support Blanket Purchase Agreement (OUSDC CMS BPA)
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is issuing a Request for Quote (RFQ) for a Mission Support Blanket Purchase Agreement (BPA) under full and open competition. This procurement aims to secure a range of professional services, including administrative management, general management consulting, and various accounting and computer programming services, as outlined in the applicable NAICS codes. The services are critical for supporting the operational and administrative functions of the OUSD (Comptroller) and may require compliance with the General Services Administration's Federal Supply Schedule program. Interested vendors can reach out to Brandiss Smith at brandiss.r.smith.civ@mail.mil or call 313-815-5343 for further details regarding the solicitation process.