Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOURCES SOUGHT

R -- Investment Consulting

Notice Date
6/26/2009
 
Notice Type
Sources Sought
 
NAICS
523930 — Investment Advice
 
Contracting Office
Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, District of Columbia, 20220
 
ZIP Code
20220
 
Solicitation Number
Sources_Sought_Investment_Consulting
 
Archive Date
7/16/2009
 
Point of Contact
Laurent E. Pichet, Phone: 2026226431, Nicholas R. Olson, Phone: 2026229639
 
E-Mail Address
laurent.pichet@do.treas.gov, Nicholas.Olson@do.treas.gov
(laurent.pichet@do.treas.gov, Nicholas.Olson@do.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for Investment Consulting Services in Support of the Troubled Assets Relief Program (TARP) This is a Sources Sought Notice. This announcement is for market research and preliminary planning purposes. No proposals are being requested or accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED AS A RESULT OF THIS NOTICE. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The U.S. Department of the Treasury has an ongoing requirement for investment consulting services in support of the Office of the Fiscal Assistant Secretary (OFAS). This ongoing investment consulting support is needed to assist with the implementation of the TARP and any associated programs under the Emergency Economic Stabilization Act of 2008 (EESA). The Treasury plans to solicit offers in July 2009 for the award of a single Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The solicitation will be issued pursuant to Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation, using full and open competitive acquisition procedures. The contract awarded will provide the Treasury with specialized expertise in investment portfolio management to support current and future programs for a performance period of up to five (5) years. Through this request for information, the Treasury seeks information concerning full-service investment consultant services to help administer a highly complex, multi-manager portfolio of multiple asset classes. ELIGIBILITY REQUIREMENTS FOR FIRMS: To be eligible, the firms need to not have any conflicts with asset managers and no entangling business interest with asset managers and fund managers. In addition, the firms should have an active manager database, have a broad active research staff, and possess an up-to-date national database on asset managers. Finally, the firm must be a registered investment advisor under the Investment Advisers Act of 1940, as amended. The firm selected to provide the services will be required, as directed, to: • Develop and maintain investment policies and guidelines for asset managers and other service providers or fund managers supporting the portfolio. • Assist the Treasury in selecting asset managers and in conducting asset manager evaluations, as well as other vendor, financial agent, and fund manager selections and evaluations, as necessary to support the ongoing and changing needs of the portfolio. • Assist with the oversight of asset managers, fund managers, and other service providers supporting the portfolio. • Establish and implement rules and procedures to coordinate the activities of asset managers, fund managers, and other service providers supporting the portfolio. • Assist the Treasury in evaluating and developing portfolio disposition strategies and policies. • Measure performance of asset managers, fund managers, and service providers, as well as asset classes, investments, and the overall portfolio. • Provide advice and analysis on the market value of services provided to the Treasury by asset managers and other service providers supporting the portfolio. • Measure and help manage risks across the portfolio. • Develop asset allocation strategies across asset managers and fund managers. • Produce portfolio and other management reports. • Evaluate the ongoing costs of asset managers, fund managers, portfolio operations, and other portfolio costs. • Develop and monitor performance benchmarks and other measures of investment and portfolio success. • Assist the Treasury in identifying conflicts of interest with respect to asset managers, financial agents, fund managers and other service providers, and provide advice relating to transparency, conflict of interest mitigation, and disclosure. • Conduct on-site and desk reviews of the conflict of interest mitigation plans of asset managers, financial agents, fund managers, and other service providers. • Assist the Treasury in conducting executive searches for possible officers, directors, trustees, and other positions at financial institutions in connection with the Treasury's investments and loans in the portfolio. • Assist the Treasury in developing policies, procedures, and programs for executive compensation rules at financial institutions in connection with the Treasury's investments and loans in the portfolio. • Develop and maintain operational policies, procedures, and practices for the administration of the portfolio. • Assist with the preparation of reports to oversight bodies. • Advise on tactical and strategic investment and market issues impacting the portfolio. • Conduct other research, analysis, and special studies. • Conduct education and training sessions. • Identify firms, including minority- and women-owned firms, qualified to provide necessary services connected with the portfolio. • Provide other related investment consulting services identified by the Treasury. • Provide for all necessary operational and analytical hardware, software, and system interfaces to support the services above. The Treasury anticipates that the solicitation will require offerors to provide information on the capabilities of their firms and their key personnel, resources, relevant past performance, and labor rates offered for the services outlined above. All firms will be also required to propose an organizational conflicts of interest (OCI) mitigation plan. Of primary importance in determining the eligibility of offerors is the lack of conflicts of interests and/or effectiveness of proposed conflict mitigation measures for purposes of performing work under the contract. The Treasury will award the contract to the firm that represents the best value to the Government. The Treasury expects to issue firm fixed-price task orders against the awarded contract to the maximum extent practicable. The North American Industrial Classification System (NAICS) code for this acquisition is 523930 (Investment Advice). The small business size standard for this acquisition, based upon the NAICS code, is $7,000,000. Small businesses will be required to certify their small business size status as of the date that the solicitation closes. Large businesses will be required to provide small business subcontracting plans in response to the solicitation. All firms must be registered in the Central Contractor Database (CCR), http://www.ccr.gov/, to be awarded a government contract. The purpose of this notice is to gain knowledge of the interest, capabilities, and qualifications of prospective offerors for this requirement. The Treasury is particularly interested in gaining a more comprehensive understanding the industry standard method for pricing of services obtained under similar contracts within the private sector, and the capabilities and qualifications of interested small business concerns, including women and minority-owned small businesses, and service-disabled veteran-owned small businesses. Interested offerors are requested to provide a written response to this notice which shall be limited to 5 pages. The response should include: 1) Vendor's name, address, point of contact, phone number, and e-mail address; 2) Vendor's small business size status, including identification of whether the vendor is a women-owned, minority owned, or SDVOSB firm; 3) Whether the firm is interested in working as a prime contractor or a subcontractor*; 4) A description of the vendor's capabilities in performing the work required in the bulleted list above. * Note: The Treasury will maintain a list of any firm that represents that it has an interest in being a subcontractor or part of a teaming arrangement for purposes of the contemplated procurement and that consents to being on the Treasury list. The Treasury will provide the list to any prospective offeror upon request. In addition, the list will be posted at the government point-of-entry (http://www.fedbizopps.gov/) and/or the Treasury's web site (http://www.treasury.gov/). As a result, any firm that responds to this sources sought notice should indicate whether it consents to its inclusion on such a publicly-available list. Interested prospective offerors shall respond in writing to this Sources Sought Notice no later than 2:00 p.m. EDT on July 1, 2009. Responses shall be sent only via e-mail to Mr. Laurent E. Pichet at Laurent.Pichet@do.treas.gov and Mr. Nicholas Olson at Nicholas.Olson@do.treas.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/DOPSD/PSD/Sources_Sought_Investment_Consulting/listing.html)
 
Record
SN01858920-W 20090628/090627001805-8856cb0ba5b1a49ec4209b8acd75c5cc (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.