Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2015 FBO #4968
SOURCES SOUGHT

R -- Economic Research and Statistical Services

Notice Date
6/29/2015
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL-OPS-15-EBSA-RFI-0066
 
Archive Date
7/9/2015
 
Point of Contact
Rachel E. Johnson, Phone: 2026937969
 
E-Mail Address
Johnson.Rachel.E@dol.gov
(Johnson.Rachel.E@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; this announcement is not a formal solicitation and not intended as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The Department of Labor (DOL) Office of Procurement Services (OPS), on behalf of the Employee Benefits Security Administration (EBSA), is seeking qualified and capable vendors to provide economic research and statistical services, with an emphasis on identifying capable HUBZone Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Small Business concerns. The Government intends to solicit and procure the required services under set-aside or full and open procedures supported by this source sought announcement. If at least two (2) responsible SDVOSB, or HUBZone providers are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted, the requirement will be solicited as a 100% for SDVOSB or HUBZone. If two (2) or more SDVOSB or HUBZones are not found capable, and two (2) or more small business have been identified that are capable of providing these services the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two (2) responsible small business concerns in accordance with FAR Part 19 by the response date, or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns capable of providing services under NAICS code 541720 with a size standard of $20.5M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not proposals, but rather statements regarding the company's existing experience in relation to the six (6) areas specified below. Capability packages must not exceed 15 pages and must be submitted electronically. All contractor questions must be submitted no later than July 1, 2015 Small business concerns are to outline their current experiences and currently available subscription services relating to any of the following six (6) areas of interest: 1.] A web-based data subscription or data access with information on active and inactive companies that trade on a U.S. or Canadian Exchange, including data on revenue, expenses, assets, liabilities, ratios, growth rates and other financial aspects of the company, along with auditors opinions, income growth rates, operating cash flow rates, price to book ratios, and quick ratios. The data information should contain possible bankruptcy risk indicators, such as Earnings Before Interest and Taxes/Total Assets Ratio; Net Income/Total Assets Ratio; Total Liabilities/Total Assets Ratio; Total Debt/Tangible Assets Ratio. Information should include current and historical prices as well as company's Employer Identification Number (EIN) or any other information that makes it possible to match the data directly to the Form 5500 data of a plan sponsor and must be downloadable. 2.] A web-based data subscription or data access with comprehensive information about financial markets and instruments, particularly with regard to historical time series of bond prices. The dataset should also produce estimates for bond prices on days bonds were not traded based on other factors, including the prices of similar bonds. Other data information on mutual funds such as share class, expense ratio, front-end load, 12(b)-1 fees, assets under management, etc., should also be readily available through the subscription or data access. 3.] A web-based data subscription or data access based on Form 5500 pension filings and enhanced by external data, e.g. supplemental information on investment vehicles, service providers, and plan sponsors (including SEC filings and other financial information of employers sponsoring retirement plans). Data must be downloadable and able to be merged with external data sources using EIN or any other information that makes it possible to match the data directly to the Form 5500. The description of the subscription service or data access should explicitly describe the supplemental data and describe in detail why it is useful. 4.] A web-based data subscription or data access based on Form 5500 welfare filings enhanced by external data, e.g. supplemental information on plan funding, insurance contracts, investment vehicles, service providers, and plan sponsors (including SEC filings and other financial information of employers sponsoring the retirement plan). Data must be downloadable and able to be merged with external data sources using EIN or any other information that makes it possible to match the data directly to the Form 5500. The description of the subscription service or data access should explicitly describe the supplemental data and describe in detail why it is useful. 5.] A web-based data subscription or data access containing key information on the Form 5500 filings' Schedule of Assets in machine readable format. At a minimum, the key information must contain the identifications or names of all asset issuer, borrower, lessor, or similar party; the description of investment (including number of shares, maturity dates, rates of interest, collateral par, or maturity values); all cost and dollar amounts associated with the assets, and necessary key dates. These data elements must be machine readable and available to query on the contractors' provided website. 6.] A web-based data subscription or data access with up-to-date information on bankruptcy filings or financial distress information of various firms. The subscription shall contain indicators of financial stability of businesses and individuals and also provide data on companies that are in distress based on geographic locations. The subscription or data access shall provide case and docket information from federal appellate, district, and bankruptcy courts and provide alerts to subscribed users for key up-to-date changes or events that may take place in active bankruptcy cases. This data must be downloadable and able to be merged with external data sources using EIN or any other information that makes it possible to match the data directly to the Form 5500. Contractors need not address all areas listed above. For those areas the contractors choose to respond, any data elements that are listed above but are not available should be annotated as such. Contractors shall note whether the data information requested above is currently available from their web-based subscriptions or will be available by September 2015. Contractors must denote whether the services are based on user-guided interfaces which immediately produce data results, or by data requests that the contractor provides separately, such as datasets on a removable media. Finally, contractors shall provide information on the universe of the data -- coverage of the market or filing community and how coverage is determined. For example, the contractor shall list the number of pension plans filings available in the data subscription, and clarify if these represent all pension plans, or a subset such as Defined Contributions plans above a certain asset or participant threshold. A solicitation is tentatively scheduled to be posted after the capability packages have been reviewed and a determination is made regarding the type of solicitation. When ready for posting, the solicitation can be retrieved and downloaded from FedBizOpps at www.fbo.gov. No hard copies of the solicitation will be issued. The solicitation, including all amendments, will be posted and must be retrieved from this website. Responses to the RFI must be: (1) submitted by email to the POC identified below AND (2) Include the RFI reference #DOL-OPS-15-EBSA-RFI-0066 in the Subject of the email. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-15-EBSA-RFI-0066/listing.html)
 
Place of Performance
Address: 200 Constitution Ave., NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03780289-W 20150701/150629235544-3fe617d59aa4569b1dec66cc4854eca4 (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.