Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2004 FBO #0779
MODIFICATION

99 -- U.S. Mutual Fund Performance Data

Notice Date
1/13/2004
 
Notice Type
Modification
 
Contracting Office
Securities and Exchange Commission, Procurement and Contracts Branch, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, VA, 22312-2413
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-04-Q-0010
 
Response Due
1/8/2004
 
Archive Date
1/30/2004
 
Point of Contact
Debra Chapman, Contract Specialist, Phone (202) 942-4994, Fax (703) 914-9226,
 
E-Mail Address
chapmand@sec.gov
 
Description
Amendment 0002/Questions and answers: 1Q. What is the contract term? 1A. The contract term is 12 months from date of award. 2Q. What is the intended use of the data? and what, if any, derivative works will be created from the use of the data and how will they be used? 2A. Data will be used by SEC staff to examine issues involving investment companies and enforcement actions. Reports generated using the data will be distributed internally within the SEC. Results generated through analysis of the data may be published. The published documents may present compilations of the raw data, but nothing presented outside of the SEC would allow the user to recreate the raw observations. 3Q. Where will the data be stored? 3A. The data will be stored to a disk attached to the SEC?s Unix System and archived to tape for historical purposes. A copy of the data may be stored on a PC or Server in the Office of Economic Analysis (OEA). 4A. Who will have access to the data and how will access be given? 4A. The OEA staff will have access to the data for Government purposes. 5Q. Will the data be re-distributed in any way? 5A. The data will be accessed by OEA and provided to other SEC employees for Government purposes. 6Q. Will the SEC be requesting data for open-ended funds only, or also for closed ended funds? 6A. The SEC requires data for open-ended funds only. Amendment 0001: The due date for this requirement has been extended, from January 8, 2004 to January 15, 2004 at 3:00 pm EST. This synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement requests quotations and constitutes the only solicitation; a paper solicitation will not be issued. Request for Quotation number SECHQ1-04-Q-0010 shall be referenced on any quotation. This solicitation is under the Simplified Acquisition Procedures (SAP), FAC-16 for full and open competition and is unrestricted. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This contract action will result in a Firm Fixed Price Purchase Order. The Government's requirement is for the following commercially available services: C.1.0 Scope. The Office of Economic Analysis of the U.S. Securities and Exchange Commission (SEC) requires both current and historical daily performance data on U.S. mutual funds. C.2.0 Requirements C.2.1 Delivery C.2.1.1 Method. The Contractor shall deliver current and historical data to the SEC using Secure Copy Protocol (SCP) or File Transfer Protocol (FTP). Alternatively, the Contractor may deliver historical data to the SEC on compact disk (CD). C.2.1.2 Frequency. The Contractor shall deliver current data records daily, weekly, or monthly. C.2.1.3 Redelivery. The Contractor shall provide a system for redelivering data records for use in situations when the SEC is unable to retrieve the data records when they are first delivered. C.2.1.4. Corrected Records. The Contractor shall provide a system for delivering corrected data records that the SEC can identify as corrections. C.2.1.5. Record Layout. The Contractor shall provide one data record for each fund for each day. The Contractor may use either fixed or variable length fields in the record. Variable length fields shall be ordered and separated using a common delimiter. The Contractor shall include a new-line marker between records. The Contractor shall provide a layout of the fields in the record. C.2.2 Data Content C.2.2.1 Each record shall include the following information: 1. The date for which the information applies; 2. The name of the fund; 3. The fund?s ticker symbol (if available); 4. The fund?s Committee on Uniform Securities Identification Procedures (CUSIP) number (if available); 5. A proprietary identification number for the fund that does not change over the life of the fund; 6. A proprietary identification number for the fund?s portfolio that does not change over the life of the portfolio; 7. The closing net asset value per share (NAV) for the fund that day; 8. Any distributions per share for the fund that day; and 9. A computed total return for the fund that day. C.2.2.2 The data shall have as its source the daily NASDAQ Level 1 feed. C.2.2.3 The Contractor shall provide data from funds not captured by the NASDAQ Level 1 feed for which the Contractor has the information specified in C.2.2.1. The Contractor shall provide the closing NAV and total return for these additional funds as of the date provided in the record. C.2.2.4 The Contractor shall provide corrections to any errors it discovers in previously delivered data records. C.2.2.5 The Contractor shall provide daily mutual fund data for at least 10 years into the past. The historical data series shall end on the trade date preceding the date of the first current record delivered under this contract. Quotations shall contain a sample of contractor?s data that meets the above requirements. F.1.0 Period of performance shall be for the period of 12 months. Award is anticipated in early January 2004. The Government intends to issue a purchase order for the above items to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) price (2) technical acceptability (3) Past Performance (4) delivery schedule and (5) timeliness of delivery. This evaluation will be based on information provided by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation, but may do so at its discretion. Only authorized representatives shall submit quotes. Please carefully review the commercial item clauses for information about requirements and instructions for submitting a quotation. Quotations that do not include prices for all items will not be considered. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212.1, Instructions to Offeror- Commercial Items (OCT 2000); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award will be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering delivery time, technical acceptability, and price. The Government reserves the right to award without discussions; FAR provision 52-212-3, Offeror Representations and Certification-Commercial Items (JUN 2003) - all offerors shall include a completed copy of this provision with their quote; FAR clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2002); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2003) - in paragraphs (b) and (c) the following clauses apply; 52.203-6 Alternate I, 52.222-3, 52.222-19,52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.232-33,52.232-36, 52.239-1, 52.222-41,52.222-43, 52.222-44. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. All quotes from responsible sources will be considered. All quotes shall be submitted electronically to Debra Chapman at chapmand@sec.gov or faxed to (703) 914-9226 no later than 3:00 PM EST, January 8, 2003. The quote shall be clearly marked RFQ no. SECHQ1-04-Q-0010. No other methods of submission will be accepted.
 
Place of Performance
Address: 450 5th Street, N.W., Washington, DC
Zip Code: 20549
Country: USA
 
Record
SN00503317-W 20040115/040113212445 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.