SPECIAL NOTICE
76 -- Intent to Sole Source - Refinitiv
- Notice Date
- 6/3/2024 7:34:50 AM
- Notice Type
- Special Notice
- NAICS
- 519290
—
- Contracting Office
- ARC DIV PROC SVCS - DO PARKERSBURG WV 26101 USA
- ZIP Code
- 26101
- Solicitation Number
- 20341524Q00018
- Response Due
- 6/10/2024 7:00:00 AM
- Archive Date
- 06/25/2024
- Point of Contact
- Chad Gambrill, Brian Cooper
- E-Mail Address
-
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
- Description
- INTENT TO SOLE SOURCE Refinitiv/LSEG Data Products SOL # 20341524Q00018 The Bureau of the Fiscal Service, on behalf of the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC) intends to make award to Refinitiv US LLC-2, 3 Times Square, New York, NY 10036-6564 on a sole source basis, there is no competitive vendor or regulatory agency that provides these data sets, The OFR/FSOC needs the Refinitiv/LSEG data products.� This data is needed to support the mission of the OFR is to support the FSOC in promoting financial stability by collecting data on behalf of the Council.� The OFR has a need for Refinitiv/LSEG data to monitor the potential risk in the financial market. The OFR, FSOC and DO require Refinitiv/LSEG News Archive, Tick History and Reuters All+ Corporate & Regulatory Releases Data.� OFR requires aggregated dealer-broker tick data, captured to the microsecond, for Treasury, MBS, EBS, Agency, Repo, and CDS securities to monitor liquidity and compute model-based financial statistics. In addition, OFR requires news data with matching time stamps for development of news monitors that will be tracked to these tick data-based liquidity monitors and financial statistics. OFR requires the linked data in order to identify the relationships between the changes in price of securities in response to events. The matching time stamped news articles will enable OFR researchers to use the tick-based liquidity and financial news monitors to train prediction models of liquidity and cross-market behavior based on news. OFR requires the tick data in an aggregated form as it allows researchers to compare the pricing metrics across various broker-dealers. In addition, OFR requires that the data to go back as far as possible, but at a minimum, back to January 2001. Refinitiv/LSEG Tick History is the only service in the market to offer global tick data dating back to 1996 across all asset classes, as well as aggregate tick data from a variety of Broker-Dealers. Refinitiv/LSEG News Archive is the only service in the market that provides news archives as far back as 2003. Therefore, the OFR can purchase the data from Refinitiv/LSEG in a bundled service and obtain tick and news data from the broker-dealers identified by Research (Specifically, ICAP, TradeWeb, BGC, Tullet, and GFI). Therefore, researchers can conduct comparative analysis on a variety of different securities priced by different broker-dealers. Without Refinitiv/LSEG, the OFR would only be able to procure tick data from a single broker-dealer. In addition, their news archive data service is time stamped in conjunction with the tick data, ticker symbols and news types so users can precisely identify events that effect the pricing of different securities. The Period of Performance (PoP) will be a base of one (1) year including four (4) twelve-month option periods.� Refinitiv US LLC-2 is the best source of these data because it has the most breadth and longest history of any similar commercially available dataset. 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 10:00 AM EST June 10, 2024. Responses must be submitted electronically to purchasing@fiscal.treasury.gov, Attn: CG/BC REF SOL# 20341524Q00018. Vendor responses must include sufficient evidence that clearly shows the proposed service is capable of meeting all of the characteristics of the services needed and described above. If no written response is received that clearly demonstrates an ability to meet all requirements and is received by the aforementioned deadline, Fiscal Service shall make award on a sole source basis to Refinitiv US LLC-2. Qualified contractors must provide the following: The name and location of your company, contact information, and identify your business size and socioeconomic category (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. Whether your service is available through an existing Government Contract Vehicle or Open Market. A narrative description of how your proposal meets all the characteristics needed for the service. 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 your company currently provides these products/services for. UEI Number. Evidence that the company is an actively registered entity in the System for Award Management (SAM) or acknowledgement that the company would register if a formal solicitation were released. In accordance with FAR Part 52.204-7, contractors must be registered in the System for Award Management (SAM) to be eligible for award.� There is no cost to register an entity on SAM.gov.� The website to begin registration is: https://sam.gov/content/entity-registration 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 compatible documents are acceptable. No other information regarding this Special Notice will be provided at this time. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this notice, should one be issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/efd27bb8065f42689bb8a5fb99502d39/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07083617-F 20240605/240603230038 (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 |