Skip to content
Housing And Urban Development

Default Strategy

Solicitation: RCST202600020
Notice ID: 81192d2111654c2cb715b39bb99a72c0
TypeSources SoughtNAICS 541990PSCR408Set-AsideNONEDepartmentHousing And Urban DevelopmentStateDCPostedMar 20, 2026, 12:00 AM UTCDueMar 30, 2026, 06:00 PM UTCExpired

Sources Sought from HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF • HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF. Place of performance: DC. Response deadline: Mar 30, 2026. Industry: NAICS 541990 • PSC R408.

Market snapshot

Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.

12-month awarded value
$210,360,126
Sector total $5,897,748,956,641 • Share 0.0%
Live
Median
$30,243
P10–P90
$12,583$156,342
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-69%(-$111,014,201)
Deal sizing
$30,243 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20410 United States
State: DC
Contracting office
Washington, DC • 20410 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Kimberly M. Campbell
Email
Kimberly.M.Campbell@hud.gov
Phone
Not available
Name
James Glenn
Email
James.J.Glenn@hud.gov
Phone
Not available

Agency & Office

Department
HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF
Agency
HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF
Subagency
CPO : FHA HOUSING SUPPORT DIVISION
Office
Not available
Contracting Office Address
Washington, DC
20410 USA

More in NAICS 541990

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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.