The Department of Housing and Urban Development (HUD), Office of Financial Services (OFS) is seeking contractor support services to operate and maintain the Single-Family Insurance Operations Divisions (SFIOD) Support Service Center (SSC).
ID: 24-0001Type: Special Notice
Overview

Buyer

HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFHOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFCPO : RESEARCH AND COMMUNITY SUPPORWASHINGTON, DC, 20410, USA

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    Special Notice: The Department of Housing and Urban Development (HUD), Office of Financial Services (OFS) is seeking contractor support services to operate and maintain the Single-Family Insurance Operations Divisions (SFIOD) Support Service Center (SSC). This service center plays a crucial role in the operations and maintenance of the Single-Family Insurance Operations Divisions. The procurement notice is set aside for 8(a) Small Businesses under NAICS Code 541622. The contract will have a base period of 12 months and four option periods of 12 months each. The solicitation number is 86615724R00001, with a closing date of December 19, 2023. Interested parties can contact Dwayne E. Gist at dwayne.e.gist@hud.gov for more information.

    Point(s) of Contact
    Similar Opportunities
    Housing and Urban Development Mortgagee Compliance Management (MCM) Services
    Buyer not available
    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.
    National Flood Insurance Program (NFIP) Standard Operations
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractor support for the National Flood Insurance Program (NFIP) Standard Operations. The contractor will be responsible for coordinating with various stakeholders, including Write Your Own (WYO) insurance companies, to facilitate the delivery of the NFIP, which currently insures approximately 4.7 million flood policies. This initiative is crucial for enhancing disaster preparedness and resilience in flood management, ensuring effective administration under the Robert T. Stafford Disaster Relief and Emergency Assistance Act. Interested organizations must submit their qualifications by April 3, 2025, with the anticipated performance period running from December 2026 to December 2033. For further inquiries, contact Bryan Falcone at bryan.falcone@fema.dhs.gov or call 202-316-0527.
    Multi-Function Support Services (MFSS) for NRC Miami, FL, NRC West Palm Beach, FL and NSWCCD Dania Beach, FL
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is seeking qualified contractors to provide Multi-Function Support Services (MFSS) for locations in Miami, West Palm Beach, and Dania Beach, Florida. The procurement aims to secure facilities support services, which include housekeeping and operations support, essential for maintaining the functionality and cleanliness of the facilities. This contract is set aside for 8(a) certified businesses, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can reach out to Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil or by phone at 904-542-6953, or CARI FIEBACH at cari.l.fiebach.civ@us.navy.mil or 904-504-1524 for further details.
    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.
    IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
    Buyer not available
    The Indian Health Service (IHS), under the Department of Health and Human Services, is seeking qualified architect-engineering (A-E) firms to provide design and engineering services for its Sanitation Facilities Construction (SFC) Program. The objective is to enhance water, sewer, and solid waste facilities for American Indian communities, with the potential to award up to eight Indefinite Delivery-Indefinite Quantity (IDIQ) contracts valued at a maximum of $8 million over a five-year period. This initiative is crucial for improving sanitation infrastructure in various IHS service areas, including Albuquerque, Bemidji, Great Plains, Nashville, Oklahoma City, Phoenix, and Portland, while ensuring that the procurement process is exclusively available to small businesses under NAICS code 541330. Interested firms must submit their qualifications using Standard Form 330 by March 28, 2025, and can direct inquiries to Taylor Kanthack at taylor.kanthack@ihs.gov or Jenny Scroggins at jenny.scroggins@ihs.gov.
    Student Support/Facilities Operation Maintenance Services
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Charleston, South Carolina, is seeking proposals for two Indefinite Delivery Indefinite Quantity (IDIQ) contracts focused on Student Support Services and Facility Operation Maintenance Services. The procurement aims to secure comprehensive operational support, including janitorial services, dormitory management, transportation, and food services, essential for maintaining a conducive training environment for federal law enforcement personnel. The contracts will be awarded based on a best-value evaluation process that prioritizes non-price factors such as demonstrated experience and personnel qualifications over cost. Interested contractors must submit their proposals by March 27, 2025, with a pre-proposal conference scheduled for March 11-13, 2025, to clarify requirements and expectations. For further inquiries, potential bidders can contact Queen H. Singleton at queen.h.singleton@fletc.dhs.gov or Tyshawn Neals at Tyshawn.neals@fletc.dhs.gov.
    Filing COVID-19 EIDL Uniform Commercial Code (UCC) Continuation Statements
    Buyer not available
    The Small Business Administration (SBA) is seeking proposals for the filing of COVID-19 Economic Injury Disaster Loan (EIDL) Uniform Commercial Code (UCC) continuation statements. The contractor will be responsible for filing timely and accurate continuation statements to extend the effectiveness of original UCC financing statements for approximately 1.47 million active loans exceeding $25,000, ensuring compliance with UCC regulations. This initiative is crucial for maintaining the security of loans issued during the pandemic, facilitating the SBA's ongoing support for small businesses. Interested contractors should contact Tracie Gutierrez at tracie.gutierrez@sba.gov or call 303-844-3878, with proposals due by the specified deadlines, and the contract performance period commencing on April 28, 2025, for a base year with two optional extensions.
    R--Amended Pre-solicitation Notice-Reg 2-PR
    Buyer not available
    Presolicitation Notice for VHR-Reg 2-Puerto Rico: The SOCIAL SECURITY ADMINISTRATION is seeking to procure New Blanket Purchase Agreements (BPAs) for (28) Region II ODAR Verbatim Hearing Recordings (VHRs). These VHRs will be used for various locations including Aguadilla FO (COV room), Ponce HO, Mayaguez HO, Belmont (PRS), Little Valley (PRS), Rochester HO, Brooklyn HO, Albany HO, Queens HO, Ogdensburg FO (COV room), Central Islip HO, Poughkeepsie HO (COV room), and Newark HO. The purpose of these VHRs is to support the administration's operations and record verbatim hearing proceedings. This procurement is set aside for Total Small Businesses.
    Open, Inspect, Report and Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "Open, Inspect, Report and Repair" project, which falls under the SFLC Procurement Branch 1. This procurement involves the inspection and repair of engine cooling system components, classified under the NAICS code 811310, which pertains to commercial and industrial machinery repair and maintenance. The services are crucial for maintaining operational readiness and safety of Coast Guard vessels. Interested parties can reach out to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259 for further details regarding the solicitation process.
    CORHQ-25-Q-0059 SM- Approva BizRight for FDIC
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is seeking proposals for software maintenance services under the solicitation titled "CORHQ-25-Q-0059 SM- Approva BizRight." The procurement involves ongoing maintenance for four specific software applications, with a total of 7,000 units required across multiple contract periods, including a base period from June 30, 2025, to June 29, 2026, and two option periods extending into 2028. This initiative underscores the FDIC's commitment to maintaining its technological infrastructure, ensuring operational efficacy through consistent software support. Interested vendors can reach out to Ellisha Smith at ellismith@FDIC.gov or call 571-212-4449 for further details regarding the proposal submission process.