Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOURCES SOUGHT

D -- Probability of Default Data

Notice Date
12/4/2008
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW, Mail Stop 4-13, Washington, District of Columbia, 20219
 
ZIP Code
20219
 
Solicitation Number
CC-09-HQ-R-0019
 
Archive Date
12/24/2008
 
Point of Contact
Maria Peloso,, Phone: 2028745029
 
E-Mail Address
maria.peloso@occ.treas.gov
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE issued by The Office of the Comptroller of the Currency (OCC),Department of the Treasury to determine the availability and capability of businesses, especially small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses), that are capable of providing estimates of one-year probabilities of default for U.S. and foreign public companies that are accessed through a convenient to use, web-based graphic user interface.. The OCC requires a responsible vendor to provide estimates of one-year probabilities of default for U.S. and foreign public companies that are accessed through a convenient to use, web-based graphic user interface. Coverage of U.S. and foreign public companies must be extensive. We also require the vendor to provide software or vendor services that will allow bulk data downloads by the OCC of current and historical values for the probabilities of default and related data (as described below) provided by the vendor. The following skills are necessary for a company to be considered capable of providing the services: 1. At a minimum the data shall include company name, country, one-year probability of default for that company, and data for the factors that the vendor uses to calculate the company probability of default ("related data"). Data shall also include identifiers that the OCC can use to map the vendor's data to firms in Standard & Poor's Compustat® (for foreign companies, any comparable company financial database), including common company identifier code such as ticker or GVKEY and industry code such as NAICS or SIC. 2. The web-based graphic user interface shall provide daily updates of the probabilities of default for the U.S. and foreign public companies contained in the data. 3. The graphic user interface shall display at least five (5) years of data for probabilities of default and related data. 4. The graphic user interface shall include pre-determined aggregates of firms such as industries or sectors, all financials, all non-financials, rating agency ratings, and countries, and shall include statistics that describe aspects of distributions of probabilities of default (such as median). 5. At a minimum, the web-based interface shall allow the OCC to download current and historical one-year probabilities of default and related data into Microsoft Excel and other standard database programs owned or licensed by the OCC. (The OCC owns Microsoft Office, including Microsoft Excel Access. The OCC also uses SAS. A complete list of OCC owned software is available upon request.) 6. The vendor shall provide software or vendor services that will allow at least five years of monthly data to be downloaded by the OCC on an ongoing monthly basis through a bulk data download. A dataset with a history extending back 10 years must be available for a one-time bulk download. The method used for calculating the probabilities of default for the historical data must be the same as the method used for calculating current probabilities of default. 7. ACCESSIBLITY REQUIREMENTS. OCC employees and contractors must be authorized to share portions of the data or analysis of the data accessed either through the graphic user interface or data download, with all other OCC employees and contractors regardless of location or disability. The solution shall be accessible to users with disabilities as required in Section 508 of the Rehabilitation Act of 1973, as amended. Specific requirements mandate the solution meet defined technical standards and fulfill functional performance criteria. The solution shall be compatible and accessible with commercially available assistive technologies such as but not limited to screen reader software, screen magnification software and speech-to-text software. Capability statements must include the following: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Business size for NAICS 511210, the size standard is 500 people. If qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 3. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. Consideration will be taken for companies that can obtain their CCR registration prior to award of the requirement. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist, Maria Peloso, no later than 5:00 PM Eastern Standard Time on 12/9/2008 for consideration. Only responses received by e-mail will be accepted. Discussions or debriefings will not be conducted in response to any submissions. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT: Maria Peloso, Contract Specialist E-mail: maria.peloso@occ.treas.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2bb2c7bb8370512db42f8659cb97e85b&tab=core&_cview=1)
 
Place of Performance
Address: Vendors' Office, Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN01714031-W 20081206/081204222354-2bb2c7bb8370512db42f8659cb97e85b (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 |
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.