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
    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.
    Professional Services in Support of the Duty to Serve Program
    Active
    Federal Housing Finance Agency
    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.
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.
    Oracle Java Licenses
    Active
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development (HUD) is seeking proposals for the procurement of Oracle and Java licenses, along with maintenance services, under solicitation number 86615424R00013. This procurement aims to ensure continuity and support for licenses originally acquired in fiscal year 2020, with an estimated contract value of approximately $26.18 million over a five-year period. The licenses are critical for HUD's operational and development needs, particularly for software such as the Oracle Service Oriented Architecture (SOA) suite, WebLogic Suite, and Siebel CRM tools. Interested vendors must submit their proposals electronically by October 30, 2024, and direct any inquiries to the primary contact, Dwayne E. Gist, at 202-402-5617 or via email at 86615723R00004.CCAP@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.
    Scanwriter Premier Software
    Active
    Treasury, Department Of The
    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.
    Corporate Operations Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Panama City Division, is seeking qualified firms to provide Corporate Operations Support Services under a presolicitation notice. The objective of this procurement is to support NSWC PCD's mission and technical programs through various business functions over a five-year period, which includes a Base Year and four optional 12-month extensions. This contract, anticipated to be a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) type, is crucial for maintaining operational efficiency and effectiveness in support of the Navy's objectives. Interested parties must submit their intent to participate in a virtual Pre-Solicitation Conference by October 18, 2024, and can direct inquiries to Kristin S. Shaw at kristin.s.shaw.civ@us.navy.mil or by phone at 850-896-5718.
    Base Operations Support (BOS) Services, Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS), Family Housing (FH)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified contractors to provide Base Operations Support (BOS) Services, specifically Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS) for Family Housing at various military installations in Guam. The procurement aims to ensure effective management and maintenance of family housing facilities, including custodial services, pest control, and facility management, under a performance-based acquisition model. This contract, set aside for Small Business 8(a) concerns, will be awarded as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total estimated value of approximately $39 million, and proposals are expected to be submitted following the release of the Request for Proposal (RFP) on or around October 23, 2024. Interested parties should direct inquiries to Auria Lee or Shelly Torres via their provided email addresses and ensure their registration in the System for Award Management (SAM) database.
    R--Amended Pre-solicitation Notice-Reg 2-PR
    Active
    Social Security Administration
    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.
    M--SRS Site Operations Acquisition (Post FY2018) Requirement
    Active
    None
    Special Notice: M--SRS Site Operations Acquisition (Post FY2018) Requirement The Department is seeking services for the operation of a government-owned facility. The specific service or item being procured is not provided in the notice.