SOURCES SOUGHT
R -- Default Strategy
- Notice Date
- 3/20/2026 7:23:08 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- CPO : FHA HOUSING SUPPORT DIVISION WASHINGTON DC 20410 USA
- ZIP Code
- 20410
- Solicitation Number
- RCST202600020
- Response Due
- 3/30/2026 11:00:00 AM
- Archive Date
- 04/14/2026
- Point of Contact
- Kimberly M. Campbell, James Glenn
- E-Mail Address
-
Kimberly.M.Campbell@hud.gov, James.J.Glenn@hud.gov
(Kimberly.M.Campbell@hud.gov, James.J.Glenn@hud.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The U.S. Department of Housing and Urban Development (HUD), Office of Chief Procurement Officer (OCPO), on behalf of the Government National Mortgage Association (Ginnie Mae), Office of Issuer Portfolio Management (OIPM), is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Issuer Default Management support services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541990 - All Other Professional, Scientific and Technical. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services and tasks within the attached draft performance work statement (PWS) are invited to submit a response to this Sources Sought Notice by no later than 2:00pm EST, on Monday, March 30, 2026. All responses under this Sources Sought Notice must be emailed to James Glenn at James.J.Glenn@hud.gov and Kimberly Campbell at Kimberly.M.Campbell@hud.gov. Additional information on the required services is listed below. If you have any questions concerning this opportunity, please contact James Glenn at James.J.Glenn@hud.gov and Kimberly Campbell at Kimberly.M.Campbell@hud.gov. Background: The Department of Housing and Urban Development (HUD), Government National Mortgage Association (Ginne Mae), Office of Issuer Portfolio Management (OIPM) embarked on an Issuer Default Management transformation in 2016, with the intention of developing, documenting, and implementing a more advanced, comprehensive end-to-end Issuer Default Management process. The Issuer Default Management process spans from the point where an Issuer enters Enhanced Monitoring through Pre-Extinguishment, Extinguishment, and Post-Extinguishment. This body of work created the Issuer Default Playbook, a management process that walks through special Issuer designation, and the Pre-Extinguishment, Extinguishment, and Post-Extinguishment phases of an Issuer default and extinguishment from the Ginnie Mae program The current requirement is being performed under BPA order 47QFDA18A0002M / 47QFDA23F0007, awarded competitively to Deloitte and Touche, LLP under the GSA MAS by GSA as the procuring activity. The current BPA order is a Hybrid, Firm-Fixed Price (FFP) and Labor Hours (LH) type. General Description of Work: The Department of Housing and Urban Development (HUD), Government National Mortgage Association (Ginne Mae), Office of Issuer Portfolio Management (OIPM) is looking to obtain a contractor to provide Issuer Default Management services in support of Ginnie Mae�s Issuer Default risk management activities. By obtaining these services, Ginnie Mae will be able to protect and support Ginnie Mae�s faith and credit guaranty and bring capital into the American housing mortgage system with minimal risk to the American taxpayers. Below are the critical characteristics of the requirements: Develop and maintain a Project Management Plan (PMP) that shall be used for management and project planning and execution. Provide Default Playbook Audit Readiness support by utilizing the Playbook Governance Framework process to propose, document, and update the Issuer Default Playbook and set the cadence for Issuer Default Playbook Revisions. Improve and modernize Asset Management and Disposition strategies. Develop and implement a Subservicer Default Guidance Framework. Provide specialized advisory support to address emerging challenges. The tasks require a set of skill categories based on the following approximate breakdown: Asset and Risk Management. Issuer Default Management. Mortage-Backed Securities Expertise. Regulatory Compliance. Contemplated performance metrics: Please see Draft Performance Work Statement (PWS). Contemplated report requirements: Please see Draft PWS, Section 6 � Deliverables, for deliverables. Contemplated dollar value of the project: It is anticipated that the dollar value will be $14M for a one (1) 12-month base period and four (4) 12-month option periods. Contemplated place of performance: The services shall be performed at the Contractor�s facility.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/81192d2111654c2cb715b39bb99a72c0/view)
- Place of Performance
- Address: Washington, DC 20410, USA
- Zip Code: 20410
- Country: USA
- Zip Code: 20410
- Record
- SN07752561-F 20260322/260320230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |