SPECIAL NOTICE
76 -- SS-OFR-22-045 - Greenwich Associates Data
- Notice Date
- 2/2/2022 8:37:41 AM
- Notice Type
- Special Notice
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- BUREAU OF THE FISCAL SERVICE
- ZIP Code
- 00000
- Response Due
- 2/17/2022 9:00:00 AM
- Point of Contact
- Cali Wesson, Erwin DeGraef
- E-Mail Address
-
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
- Description
- INTENT TO SOLE SOURCE Greenwich Associates Subscription for Market Structure and Technology #SS-OFR-22-045 The Bureau of Fiscal Service (Fiscal Service), on behalf of The Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC), intends to contract with Greenwich Associates LLC at 6 High Ridge Park, Stamford, CT 06905, on a sole source basis. There is no competitive vendor or regulatory agency that provides these datasets. The proposed Contractor developed and owns the propriety and patented hardware, software and algorithms that are used in these products and support the services specifically required for this acquisition; thereby the proposed source has the sole unique technical and other resources required for this acquisition. The OFR requires Greenwich Associates� Annual Subscription for research covering the areas of fixed income market microstructure issues (including information on liquidity conditions in global fixed income markets), equity market microstructure issues in both the U.S. and overseas markets (i.e., coverage of key global fixed income markets), and market data across asset classes (derivatives, foreign exchange, corporate bonds, government bonds, etc.). OFR requires coverage of market microstructure issues in both the U.S. Treasury and U.S. corporate bond markets. It is imperative for OFR/FSOC that the required market microstructure research information encompass covering market trading conditions, regulatory landscape, technological developments (e.g., electronic trading, market plumbing), and operational risks. Additionally, this market microstructure research must cover both the cash and derivatives markets for fixed income securities. The required published research must be based on proprietary surveys of market buyers (at least 50,000 annually) that covers fixed income and equity markets, including buy-side and sell-side market participants and issuers (e.g., corporate treasurers and CFOs). In order to sufficiently understand and use these data, access for OFR/FSOC users to the firm�s research analysts for bespoke or ad-hoc inquires is necessary. The aforementioned data must be unbiased and independent research (i.e. research that is not funded by outside sponsors). OFR requires a provider that has data going back to at least the 1970s in order to gain a long history of fixed income and equities market data to analyze trends. The OFR and FSOC will use the proposed contractor�s brand name product for the continuing mission to deliver an annual assessment of the state of the U.S. financial system, as required by the Dodd-Frank Wall Street Reform and Consumer Protection Act of 2010. � The period of performance for the purchase order is anticipated to be a twelve (12) month base period with four (4) option periods of twelve (12) months each. The total estimated value of this purchase order will exceed the simplified acquisition threshold. NO SOLICITATION IS AVAILABLE.� A request for more information or a copy of the solicitation will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will not be accepted. Fiscal Service will consider written responses received no later than 02/17/2021. Responses must be submitted electronically to purchasing@fiscal.treasury.gov, Greenwich Data /Attn: CW � ED. Responses must include sufficient evidence that clearly shows your company is capable of providing the content described in this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the aforementioned deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, Fiscal Service will make award on a sole source basis to Greenwich Associates LLC. Qualified Contractors must provide the following: 1. The name and location of your company, contact information, and identify your business size (Large Business, Small Business, Disadvantaged Business, 8(a), Service-Disabled Veteran Owned Small Business, HUBZone, etc.).� Please ensure contact information includes the name of the point of contact, email address, and telephone number, should the Government have questions regarding individual responses. 2. DUNS Number. 3. Specific details of the product(s) that your company offers in regards to this notice. 4. Whether your content is available through a Government contract vehicle or Open Market. 5. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers to whom your company currently provides the specific required content. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, and .zip files. Microsoft Office and Adobe compatible documents are acceptable. No other information regarding this Special Notice will be provided at this time. The period of performance for the purchase order is anticipated to be a twelve (12) month base period with four (4) option periods of twelve (12) months each. Fiscal Service may consider information received no later than 12:00 p.m. EST on Thursday, February 17, 2022, submitted electronically to purchasing@fiscal.treasury.gov, Greenwich /Attn: CW � ED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e16109a23adb4f0d86a7e925111eb608/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN06231026-F 20220204/220202230058 (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 |