This is a REQUEST FOR INFORMATION only. Pursuant to FAR Part 10.002(b)(2)(ix) (Market Research), the purpose of this notice is to:
1. Determine the commercial practices of companies engaged in providing the needed service;
2. Determine feasibility of use of General Services Administration (GSA) Federal Supply Schedule (FSS) Pursuant to FAR Part 8, FAR Part 12 and/or FAR Part 15;
3. Determine availability of Service Disabled Veteran Owned Small Business (SDVOSB) and VOSB set aside pursuant to FAR Part 19; and
This notice in no way obligates the Government to any further action.
The Veterans Benefits Administration (VBA) is looking for Real Estate Owned Program
Title Package Process Explanation
We want to provide insight and clarity into the title process as it pertains to the VA and REO properties. We feel this will give the potential bidder a clearer understanding of how the process works and assist them with possible bid preparation. We offer this as the VA REO title process is different from normal REO title processes.
When a lender forecloses on a VA property and assigns the property back to the VA, it transfers without title. After the VA accepts custody, its contractor reaches out to the former servicer, lender, etc. and provides them with guidance on how long they have to provide the VA with marketable title. Once the former servicer provides the required title documents to VA's contractor, the contractor sends the title package to VA's National Practice Group (NPG) for their review. At this point NPG will either approve or reject the package, and if rejected they will provide a letter with the reasons the package was rejected. The contractor then notifies the former servicer either way, approved or rejected. If approved then nothing further is required, if rejected, then the contractor provides the former servicer with a letter outlining the reasons for the rejection and how much time they have to cure the cause of the rejection. The former servicer can request an extension of time, and the contractor can either grant or not approve this request. If the issues cannot be resolved, then a final notice is sent to the former servicer letting them know the property will be reconveyed back to them on a certain date. In all stages of the process if the package is rejected, the former servicer can appeal to the VA CAU group.
Requirement:
This notice is issued by the Department of Veterans Affairs (VA), Strategic Acquisition Center, Frederick, MD (SAC-F), to identify sources capable of providing the services described in the attached DRAFT Performance Work Statement (PWS).
Submission of Information:
All responses must be submitted to Roxana.Cepeda@va.gov, Won.Chae@va.gov, and Shawn.Johnson6@va.gov by 12:00PM EST, on or before Monday September 8, 2025 with a Subject line of VA Real Estate Owned (REO) RFI Response. Responders will receive an electronic confirmation acknowledging receipt of a response, but will not receive individualized feedback on any questions. If your company has the potential capability to perform these contract services, please respond to this Request for Information by providing a capability statement. The number of pages is limited to a total of 20 pages; size shall be no greater than 8 1/2" x 11". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Times New Roman fonts are required. Samples in item 12 below are exempt from page and font requirements and size limitations. The capabilities statement must include the following information:
1. Provide a brief corporate profile of your company. Information in this profile should include: Organization name; DUNS number; Organization's website; Contact Name; Contact Telephone; Contact E-mail address.
2. Business Size (Large, Small, SDVOSB/VOSB, etc.) NAICS code is 531311, if believed a better NAICS code is suitable please indicate which one and why.
3. GSA Schedule/Contract Number.
4. Describe governance in terms of contractor oversight and management necessary to ensure quality of deliverables and contract performance expectations.
5. Describe how you address quality management and continuous process improvement.
6. Describe what factors would affect your pricing model based on the in-scope services for this initiative.
7. Describe what specific additional information about scope requirements are required to provide an informed and competitive solution.
8. Are the objectives clearly defined? Do you understand what the VA requires? If not, what information needs to be added, changed and/or reworded? List any questions and concerns you have regarding this notice and the draft documents.
Selective - Based on Providers Intended Solution
9. Has your company currently or in the recent past provided a similar solution and service for VA Real Estate Owned servicing, to include, but not limited to:
a. Automation Reduction of time-intensive manual processes
b. Case management End to end case and plan, creation, implementation, and management
c. Financial Processing Determination and calculation of payment amount based on rules engine; Interface with financial accounting system to submit payment information and submit and receive financial institution information
d. Integration Integrate with ~30 existing VBA systems and services that provide either data or functional requirements
e. Quality Assurance Implementation of error handling, quality management, and audit functions with federal regulatory requirements.
f. If so, please provide details on the nature of the services and/or solution provided including, at a minimum, length of time; the name(s) of the organization(s); specific contractor citation and your role (prime vs/ sub). If the role was a sub-contractor, please provide your area(s) of responsibility on the contract.
10. How would the system/platform/service propose to transfer and exchange data between service provider and the VA
11. Describe your experience with integrating systems with government products or legacy systems (e.g. financial accounting systems).
12. Describe Service Level Agreements (SLA) and quality reporting managed and conducted on previous contracts.
13. Describe skills and qualifications of key personnel necessary for meet the VAs objectives included in the PWS. (i.e., Title Manager, Closing Manager, Operations Manager)
14. What percentage of the technical capabilities and expertise are resident in the contractor's organization? What percentage of the technical capabilities and expertise would require the aid of a subcontractor?
15. Describe the aspects of the REO Service that might present challenges to your service delivery, why, and how you will overcome these challenges?
16. Describe how you ensure security and privacy including compliance with applicable regulatory and security frameworks.
17. Describe how you handle transaction exception processing and your quality process.
18. What range of concurrent VA users can the system/platform/service support?
19. What type of licensing/resource model exists for the system/platform/service and how would this be structured?
20. How would the system/platform/service enable ad-hoc/customizable reporting needs due to congressionally mandated reporting requirements?
21. How would the security model support role-based access and reporting capabilities at the group or user level?
22. What type of security model would be employed to handle system-to-system validation and access?
23. Does the system/platform/service enable fully customizable workflow and/or business rules? For example:
a. Records Management
b. Closing Transactions
c. Title Package Process
24. Detail your experience with development of systems/solutions that are 508 compliant and integrate seamlessly with multiple assistive technologies.
25. If VA needs to make changes or development to the system used, is there a total hours cap for development and what is the release schedule for changes to said system?
26. What is the anticipated development cost to add a title module to the system if one is not present? Specifically, for reconveyances.
If there are questions, suggestions, and/or improvements please submit, and they may be utilized in solicitation.
Disclaimer:
This Request for Information is for market research purposes only and does not constitute a Request for Quotation. It is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided. No basis for a claim against the Government shall arise from a response to this Request for Information or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Request for Information, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. Respondents are advised, the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Request for Information.