SOURCES SOUGHT
R -- Ginnie Mae Master Subservicer (MSS) Support Services
- Notice Date
- 7/1/2025 8:10:58 AM
- Notice Type
- Sources Sought
- NAICS
- 523150
—
- Contracting Office
- CPO : FHA HOUSING SUPPORT DIVISION WASHINGTON DC 20410 USA
- ZIP Code
- 20410
- Solicitation Number
- APP-T-2025-102
- Response Due
- 7/21/2025 7:00:00 AM
- Archive Date
- 08/05/2025
- Point of Contact
- Kimberly M. Campbell
- E-Mail Address
-
Kimberly.M.Campbell@hud.gov
(Kimberly.M.Campbell@hud.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Department of Housing and Urban Development (HUD), Government National Mortgage Association (Ginnie Mae), Office of Issuer and 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 Master Subservicer(s) (MSS) to support Single Family (SF), Multi Family (MF) and Manufactured Housing (MH) to perform loan servicing (servicing current, delinquent, terminated and seized loans, �pooled and non-pooled); provide loss mitigation services; bankruptcy and foreclosure services; management and disposition of acquired properties; preparation/submission of insurance or guarantee claims; provide accounting reports/data and the execution of loans sales and transfers to authorized third parties, the duties of which are described in detail in the attached Draft Performance Work Statement (PWS). 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 523150 Investment Banking and Securities Intermediation; NAICS Size Standard: $47.0M. 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; 2) tailored capability statements addressing the experience with master subservicing across housing types, with appropriate documentation supporting claims of organizational, systems 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; 3) feedback on draft requirements; and 4) questions, recommendations or concerns regarding the proposed approach, performance metrics, industry standards or risks to mitigate. The government will review 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, and multiple awards may be made. 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 are invited to submit a response to this Sources Sought Notice by Monday, July 21, 2025, at 10am EST. All responses under this Sources Sought Notice must be emailed to Kimberly.M.Campbell@hud.gov. Additional information on the required services is listed below. If you have any questions concerning this opportunity, please contact: Kimberly.M.Campbell@hud.gov. Background: This requirement encompasses services related to loan management, specifically focusing on the lifecycle of current, delinquent, and defaulted loans, including those within bankruptcy and foreclosure proceedings. Key services include: Termination and Seizure Services: This suggests the initiation and execution of processes to terminate loan agreements and seize collateral when borrowers fail to meet their obligations. Loan Servicing: This covers the full spectrum of activities involved in managing a loan from origination to payoff, including payment processing, escrow management, customer service, and default management. This applies to both pooled and non-pooled assets. Bankruptcy and Foreclosure Services: Specialized services for handling loans in bankruptcy and those undergoing foreclosure proceedings, likely including legal and administrative support. Property Preservation and Disposition (REO): Management of properties acquired through foreclosure (Real Estate Owned or REO), including preservation activities to maintain their value and subsequent disposition (sale). Insurance or Guarantee Claim Preparation and Submission: The preparation and submission of claims to government agencies such as the Federal Housing Administration (FHA), Department of Veterans Affairs (VA), and Rural Development (RD) for insured or guaranteed loans. HECM/HMBS Seizure and Loan Servicing: Since 2014, the requirement has expanded to include services specific to Home Equity Conversion Mortgages (HECM) and Home Mortgage-Backed Securities (HMBS), focusing on their unique seizure and loan servicing needs. There are currently two (2) contracts for Single Family Master Subservicer (SF MSS) services: Carrington Mortgage Services LLC (Contract 86615623C00016) Selene Finance, LP (Contract 86615623C00015) Contemplated performance metrics: Please see attached draft Statement of Objectives (SOO). Contemplated report requirements: Please see draft SOO. Contemplated dollar value of the project: It is anticipated that the dollar value will be between $4.6 and $5 billion for the 12-month base period plus 4 12-month option periods. Contemplated place of performance: The performance will be at the Contractor�s facility.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7f2c5498d1694e1098f735926a469b17/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07496124-F 20250703/250701230051 (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 |