MBS Legal Services Acknowledgement Agreement Reviews and Issuer Liquidity Matters
ID: 86615524R00009Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Offices of Lawyers (541110)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)
Timeline
    Description

    The Department of Housing and Urban Development (HUD) is seeking proposals for legal services related to Mortgage-Backed Securities (MBS) Acknowledgment Agreement Reviews and issuer liquidity matters. The contract will require comprehensive legal guidance on structured finance, tax law, and mortgage securities, with a focus on enhancing liquidity in the secondary mortgage market. This procurement is critical for ensuring compliance and effective service delivery within HUD's MBS program, which plays a vital role in the housing finance system. Proposals are due by 5:00 PM (EST) on November 12, 2024, and interested parties should contact Tarita Leftwich at tarita.l.leftwich@hud.gov or by phone at 202-402-7610 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines Ginnie Mae's request for contractor support to provide legal services for its Mortgage-Backed Securities (MBS) Program. The focus is on Acknowledgment Agreements and issuer liquidity issues. Contractors are expected to deliver comprehensive legal guidance on structured finance, tax law, and mortgage securities, aimed at enhancing liquidity in the secondary mortgage market. The document emphasizes the necessity for specialized legal expertise given the evolving financial landscape, particularly post-COVID-19. Key components include detailed service descriptions, contractor qualifications, performance standards, and reporting requirements. Contractors must prepare plans for program management, document handling, and conflict of interest resolution. The contract will last for one year with options for renewal, with performance assessed through established metrics. Deliverables such as project management and legal documents must meet specified quality standards, and contractors must conduct themselves in alignment with ethical regulations and conflict management protocols. The PWS serves as a crucial framework for ensuring that Ginnie Mae receives efficient, effective legal support aligned with its objectives.
    The Quality Assurance Surveillance Plan (QASP) for Ginnie Mae's Legal Services aims to enhance the Mortgage-Backed Securities (MBS) Program by detailing performance monitoring procedures for contractors involved in Acknowledgement Agreement Reviews and Issuer Liquidity Matters. The plan outlines the structure, purpose, and methodologies for evaluating contractor performance, emphasizing results over compliance with processes. Key elements include defining roles of the Contracting Officer and the Contracting Officer's Representative, the establishment of performance standards, and a performance management strategy focused on customer satisfaction. The QASP specifies various methods for performance evaluation, such as inspections and customer feedback, and identifies Acceptable Quality Levels (AQLs) that require contractor adherence to specific service levels, often targeting 100% compliance for critical tasks. It also incorporates a feedback loop for continuous improvement and corrective action reporting. By ensuring that services rendered meet defined quality standards, the QASP supports Ginnie Mae's objective of increasing liquidity in MBSs and attracting capital for federally insured loans.
    The document details Ginnie Mae's invoicing and payment requirements for vendors, emphasizing the submission of banking information via the ACH/WIRE vendor payments form. Invoices must comply with FAR clause 52.232-25, necessitating electronic submission to a specified email address, including various mandatory components such as vendor invoice number, HUD contract number, Ginnie Mae tracking number, itemized costs, billing period, and a monthly activity report summarizing deliverables. Additionally, invoices can be mailed to Ginnie Mae's Washington, DC office under specified addresses for different delivery services. The ACH/WIRE vendor payments form captures essential bank details for payment processing. This document serves as a guideline for vendors to ensure proper invoicing and facilitate timely payments, integral to federal procurement processes as outlined in government RFPs and grants. Compliance with these detailed requirements supports efficient financial management and operational accountability within Ginnie Mae.
    The document outlines a Price Schedule associated with a government contract, detailing specific tasks and associated costs for services provided to meet federal RFP requirements. The schedule is divided into a Base Period and Option Periods, each consisting of various Line-Item Numbers (LINs) that specify tasks and pricing structures. The Base Period includes three key tasks: Program Management, Legal Services, and Transition In, with a total cost for Legal Services capped at $1,276,566.67 for 12 months. Each task delineates roles (such as Senior Partner, Junior Partner, and Associates) along with their anticipated hours and corresponding rates. Additionally, there are four Option Periods with similar task outlines and increasing budget caps for Legal Services, ranging from $1,380,496.00 to $1,746,871.80, each extending for 12 months. These Option Periods also include a Transition Out task. Overall, the document serves as a pricing guideline for contractors bidding on the project, ensuring clarity regarding deliverables and financial expectations for legal and program management services over specified time frames.
    The document outlines past performance information for a proposal under solicitation number 86615524Q00007. It details the relevant services performed in the three years preceding the proposal submission. The prime contractor provided technical assistance to public housing agencies under a contract with the HUD Office of Public and Indian Housing from January 2007 to January 2009, with a total contract value of $1,000,000. Key personnel involved include a project manager, a technical assistance specialist, and an accounting specialist. The document serves to showcase the contractor's experience and qualifications for the federal RFP, emphasizing the importance of demonstrating prior successful performance to secure future governmental contracts. Overall, this information is critical for evaluating the contractor's ability to meet the requirements of the current solicitation.
    The document outlines a Past Performance Survey for the Department of Housing and Urban Development (HUD) regarding a designated contractor or key personnel in relation to a federal solicitation (number 86615524Q00007). The survey seeks to collect evaluations on the contractor’s performance across five criteria: Quality of Service, Schedule, Cost Control, Business Relations, and Management of Key Personnel. For each criterion, evaluators must provide an adjectival rating from Exceptional to Unsatisfactory, along with additional comments to substantiate their assessments. The purpose of this survey is to gather feedback from references on the contractor’s past performance to inform HUD’s evaluation of the proposal. Evaluators are prompted to detail their interactions with key personnel throughout the project lifecycle. The document emphasizes the importance of precise and honest evaluations in order to assess the contractor's capability and commitment effectively within the context of federal RFP processes. Overall, it serves as a structured tool for assessing contractor performance, which is critical for federal acquisitions and resource allocation.
    The U.S. Department of Housing and Urban Development provides a Subcontracting Plan Template for offerors when submitting Individual Subcontracting Plans, in accordance with Federal Acquisition Regulation (FAR) 52.219-9. This template requires essential details about the contractor, contract value, and the type of subcontracting plan selected. Offerors must establish substantial subcontracting goals across various categories of small businesses, including Small Business (SB), Historically Underutilized Business Zone (HUBZone), and others, detailing both percentage goals and dollar amounts for each contract period. Additionally, the plan addresses methods for achieving these goals, identifying potential subcontractors, and ensuring equitable opportunities for small businesses. Offerors must also agree to maintain records of compliance, report periodically to the government, and ensure timely payments to small business subcontractors. The document emphasizes good faith efforts in subcontracting practices and outlines necessary assurances regarding compliance and participation of small businesses in government contracts. This structured approach aims to promote small business involvement in federal contracting and ensure adherence to regulatory requirements during the performance of contracts.
    The document outlines a Request for Proposals (RFP) from the U.S. Department of Housing and Urban Development (HUD) for legal services to support the Mortgage-Backed Securities (MBS) program. The services required include document review, legal opinions, and advice on structured finance and MBS tax law. The acquisition will be conducted on a full and open basis, allowing for a best value trade-off process rather than a strict lowest bid approach. It plans for a hybrid contract combining Firm Fixed Price and Labor Hour pricing models. The designated NAICS code for the anticipated work is 541110, with a size standard of $15.5 million. The contract will have a base period of 12 months, with four possible 12-month extensions. Proposals are due electronically by November 12, 2024. The document further details incorporation of numerous Federal Acquisition Regulation (FAR) clauses, covering aspects such as data rights, subcontracting plans, and compliance with accessibility standards. The aim is to secure a contractor that can proficiently navigate legal complexities related to the MBS program, ensuring compliance and effective service delivery while adhering to federal regulations governing procurement and contracting.
    The document is an amendment to a solicitation issued by the U.S. Department of Housing and Urban Development (HUD) concerning MBS Legal Services Acknowledgment Agreements. The primary purpose of this amendment is to update the Price Schedule for the associated contract. It outlines the procedures for acknowledging receipt of the amendment, which includes submitting copies of the amendment with offers or communicating through letters or electronic means. The amendment specifies the importance of timely acknowledgment to avoid rejection of offers. The structured format includes sections for the solicitation and modification details, administrative changes, and a description of modifications. All existing terms and conditions of the original document remain in effect unless specifically modified by this amendment. This amendment emphasizes HUD's commitment to maintaining clear communication and procedural compliance in federal contracting processes.
    This document outlines a Price Schedule as part of a federal Request for Proposal (RFP) process that details the financial structure for contracted legal services over multiple periods. It specifies various tasks and associated costs, organized into a Base Period and four Option Years. Each section lists different legal roles (e.g., Senior Partner, Junior Associate) alongside their respective fees and hours required for completion. In the Base Period, the document includes three key tasks: Program Management, Legal Services, and Transition activities, with corresponding prepaid and full-time pricing models. Each option year mirrors the Base Period's structure but outlines service continuity and potential adjustments in roles and pricing. The precise stipulation of a “Firm Fixed Price” (FFP) and “Labor Hours Not To Exceed” (LH NTE) for various tasks emphasizes budgetary constraints while promoting clarity in cost expectations over time. This systematic approach allows for transparent bidding and fiscal oversight necessary for government contracting. The document serves as a critical tool for managing budgets within the constraints of federal grant and RFP processes, ensuring that services rendered meet governmental standards and expectations.
    Lifecycle
    Title
    Type
    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.
    Amendment to NOF-0009
    Active
    Housing And Urban Development, Department Of
    The U.S. Department of Housing and Urban Development (HUD) is seeking proposals for the procurement of Oracle Java licenses under Solicitation 86615424R00013, with an amendment recently issued to update the pricing sheet and extend the proposal submission deadline to November 4, 2024, at 2:00 PM ET. The procurement operates on a sole source basis, allowing HUD to acquire licenses from authorized Oracle resellers, and emphasizes the need for technical support, cybersecurity compliance, and rigorous management of software licenses. Interested bidders must acknowledge receipt of the amendment and comply with HUD's terms and FAR regulations to ensure a fair and transparent solicitation process. For further inquiries, potential offerors can contact Dwayne E. Gist at dwayne.e.gist@hud.gov or call 202-402-5617.
    Technical Suitability of Products (TSP)
    Active
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development (HUD) is seeking qualified contractors to provide support services for the Technical Suitability of Products (TSP) program, focusing on the technical review and analysis of acceptance documents for materials used in HUD housing programs. The objective is to ensure the technical suitability of products through comprehensive evaluations, which include management services, document revisions, audits, and the establishment of standardized procedures, all in compliance with HUD regulations. This initiative is critical for maintaining the safety and efficacy of housing programs funded by HUD, as outlined in Section 521 of the National Housing Act. Interested parties must submit their organizational details and tailored capability statements by November 8, 2024, with an anticipated project cost of approximately $3.27 million over five years, primarily performed at the contractor's facility. For further inquiries, contact Brandon Carson at Brandon.A.Carson@hud.gov or Kimberly M. Campbell at Kimberly.M.Campbell@hud.gov.
    Construction Services Inspector
    Active
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development (HUD) is seeking qualified 8(a) small businesses to provide Construction Inspection Services for residential healthcare facilities under the Federal Housing Administration (FHA). The contractor will act as HUD's representative, conducting on-site inspections and ensuring compliance with construction standards throughout the project lifecycle, which includes new constructions and substantial rehabilitations as mandated by various housing acts. This initiative is crucial for maintaining quality and compliance in healthcare facility construction, with the contractor responsible for submitting timely reports and facilitating communication among stakeholders. Interested vendors must submit their capability statements by November 1, 2024, at 2:00 PM Eastern Time to Michael Hosea at michael.c.hosea@hud.gov.
    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.
    401(k) Plan Legal Services
    Active
    Federal Housing Finance Agency
    The Federal Housing Finance Agency (FHFA) is seeking qualified law firms to provide legal services for the administration of its 401(k) Plan through a Request for Quotes (RFQ No. FHF-25-Q-0002). The selected contractor will be responsible for a comprehensive range of legal support, including policy development, regulatory compliance, litigation representation, and training for the FHFA 401(k) Plan Oversight Committee, with a focus on fiduciary responsibilities and compliance audits. This procurement is vital for ensuring effective governance and legal oversight of employee benefit offerings within a federal agency. Interested firms must submit their technical quotations and price quotations by the specified deadline, and all inquiries should be directed to Carmen G. Rios at Carmen.Rios@fhfa.gov.
    Private Counsel Debt Collection - IDIQ
    Active
    Justice, Department Of
    The Department of Justice is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for private counsel debt collection services, aimed at assisting U.S. Attorneys' Offices in recovering civil debts owed to the United States. The contract will cover both secured and unsecured debts across various federal judicial districts, with an emphasis on compliance with federal regulations and ethical standards in debt collection practices. This procurement is crucial for enhancing the government's ability to manage taxpayer resources effectively and ensure efficient recovery of debts. Interested vendors must submit their proposals by October 28, 2024, and can direct inquiries to Christina Y. Murray at christina.murray@usdoj.gov, with the total contract value capped at $2 million over its duration.
    TikTok Notification to HUD Industry Partners
    Active
    Housing And Urban Development, Department Of
    Special Notice: HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF is notifying HUD industry partners about the "No TickTok on Government Devices Act." This act requires compliance from all HUD industry partners with active contracts. The service/item being procured is compliance with the act, which prohibits the use of TikTok on government devices. HUD industry partners are reminded to direct any questions or concerns to their assigned HUD contracting officer.
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    Brokerage Services
    Active
    State, Department Of
    The Department of State (DoS) is seeking to award multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for global real estate brokerage services, with an initial term of two base years and three optional one-year extensions. The objective is to engage qualified brokers to facilitate various real estate transactions that support U.S. diplomatic missions worldwide, emphasizing technical merit over cost in the selection process. This procurement is particularly significant as it addresses the U.S. Government's need for professional real estate services to manage its diverse property requirements abroad effectively. Proposals will be solicited under Solicitation Number 19AQMM24R0233, expected to be published around November 30, 2024, with submissions due by 12:00 PM EST on December 30, 2024. Interested parties can direct inquiries to Blondell Taylor at taylorbk2@state.gov, with a Q&A period closing on November 15, 2024.