SOLICITATION NOTICE
D -- WEB-BASED DATASET
- Notice Date
- 4/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 518112
— Web Search Portals
- Contracting Office
- Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW Mail Stop 4-13, Washington, DC, 20219, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-RFQ4539
- Response Due
- 4/20/2007
- Archive Date
- 4/21/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The NAICS code for this acquisition is 518112. STATEMENT OF WORK: The Office of the Comptroller of the Currency (OCC) requires a vendor to provide a convenient, electronically accessible web-based dataset consisting of recoveries on large corporate defaulted bonds and loans. At a minimum the dataset should include the following descriptive details for each observation in the dataset: recovery information for all instruments of each defaulted obligor; details of obligor-specific characteristics (e.g., industry, Compustat identifiers, credit ratings) and events (e.g., type of default, resolution outcome); and information on individual instruments (e.g., facility type, seniority, collateral, CUSIPs). The dataset should include information on the method of calculating the ultimate recovery (i.e., settlement price, emergence price or liquidity event methods). The dataset should also include the prices of traded debt at default in addition to the emergence prices of pre-petition instruments, or prices of settlement instruments, of the debt. The vendor should include documentation of the developmental evidence, modeling approach, validation and processes used in creating and updating the dataset. The dataset must include transactions going back to the late 1980s or earlier. The dataset should be updated monthly. Changes to the data or the inclusion of new data should be clearly identified in each update. The datasets must be capable of downloading to a commercial database program such as MS Access. Once the dataset is downloaded into a database program, the OCC must be authorized to share the dataset with other OCC employees, regardless of their location. The vendor should have proven analytical expertise in the areas of distressed debt and/or loss given default. The vendor must also be willing to provide technical support to OCC users of the dataset, including guiding OCC users through the use of the data. The vendor shall include their License Agreement, if applicable, in response to this requirement. CLAUSES/PROVISIONS: FAR Provisions: FAR 52.212-1 Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation Criteria. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items. Offerors shall complete only paragraph (1) of this provision if the offeror has completed the annual Representations and Certifications electronically at http://orca.bpa.gov. FAR Clauses: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR 52.217-5 Evaluation of Options; 52.222-26 Equal Opportunity; 52.235 Equal Opportunity for Special Disabled Veterans; 52.236 Affirmative Actions for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration 52.239-1 Privacy or Security Safeguards; 52.222-44 Fair Labor Standards Act and Service Contract; 52.217-9 ? Option to Extend the Term of the Contract. SECTION 508 - 1052.239-70(OCC). Requirement for Compliance with Electronic and Information Technology Accessibility Standards. All electronic and information technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.accessboard.gov/sec508/508standards.htm) The following standards have been determined to be applicable to this contract: 1194.22 Web-based intranet and internet information and applications. The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. Within five (5) working days of this notice, all interested offerors shall respond electronically by submitting separate price and technical responses. Award shall be placed with the vendor that is determined to be the best value to the government price and other factors considered. EVALUATION CRITERIA: 1. Technical Capability: Documentation on how the dataset meets and/or exceeds the requirements listed in the Statement of Work above. Documentation on the approach, validation and processes used in creating and updating the dataset; and a description of the technical support that will be provided to OCC users. 2. References: The response must include three (3) relevant references of clients who have or are currently using the model. References must include a contact name, telephone number, and email address. 3. Section 508: Vendors are encouraged to complete the voluntary template for standard 1194.22 ? Web-based intranet and internet information and applications. If you do not have this template, please contact the point of contact named below. 4. Pricing: The contractor must submit pricing for a base period of one year, plus two (2) option years. Pricing should include the number of users authorized to download data ? for instance, a price for up to 5 users. A price for 6 ? 10 users, etc.
- Place of Performance
- Address: 250 E Street, SW, Washington, DC
- Zip Code: 20219-0001
- Country: UNITED STATES
- Zip Code: 20219-0001
- Record
- SN01273284-W 20070415/070413221510 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |