SPECIAL NOTICE
76 -- Preqin Hedge Fund Analyst (Premium) and Investor Profile and Private Equity Online Package and Premium Cash Flow Report
- Notice Date
- 2/13/2018
- Notice Type
- Special Notice
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Treasury, Bureau of Fiscal Service, Bureau of the Fiscal Service, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
- ZIP Code
- 26106-5312
- Solicitation Number
- SS-OFR-18-035
- Archive Date
- 3/20/2018
- Point of Contact
- Thomas Fulton, , Purchasing,
- E-Mail Address
-
purchasing@fiscal.treasury.gov, purchasing@fiscal.treas.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treas.gov)
- Small Business Set-Aside
- N/A
- Description
- Intent to Sole Source Preqin Hedge Fund Analyst (Premium) and Investor Profile and Private Equity Online Package and Premium Cash Flow Report - SS-OFR-18-035 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 Preqin, One Grand Central Place, 60 E 42nd Street, Suite 2544, New York, NY 10165, on a sole source basis, under authority of FAR 6.302-1 for Preqin Hedge Fund Analyst (Premium) and Investor Profile and Private Equity Online Package and Premium Cash Flow Report. OFR requires access to data collection methods including direct surveys of private equity fund managers, and institutional investors that are clients of private equity funds. Data collection methodology must also include Freedom of Information Act requests to collect data from public pension plans. Detailed information about the following must be readily available: Fund investment strategy; asset allocation; assets under management, including money committed to the fund but which is not yet invested; investment details of transactions (deals) completed by each fund; lock-up and redemption rules and fund life span; performance metrics such as IRR; fund target size; and, fund status (open vs closed). OFR will also need data on investors in each private equity fund (i.e. clients of the private equity fund) and cash flow trends (cash flows into and out of each fund). OFR will also need access to cash flow reports and private equity information online. Data must be collected using the following methodologies: Freedom of Information Act requests to collect data from public pension plans; direct surveys of institutional investors who are clients of private equity funds; and direct surveys of private equity fund managers. The database must provide comprehensive coverage of funds included in private equity industry, covering at least 6,000 funds and provide details of cash flow trends (cash flows into and out of each fund). Data must also provide information on the investors in each private equity fund included in the database (i.e. clients of the private equity fund). Information should include the investor's asset allocation to private equity investments (by individual fund or aggregated by investment strategy), and historical returns generated by the investor on its private equity investments. A list of all private equity funds that have expired is required. Individual fund statistics must be updated on a quarterly basis, with statistics extending back to at least three decades. Individual fund statistics must include: fund investment strategy; asset allocation; assets under management, including money committed to the fund but which is not yet invested; investment details of transactions (deals) completed by each fund; lock-up and redemption ruled and fund life span; performance metrics such as IRR; fund target size and closed size; and fund status (open vs closed). 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. The Bureau of the Fiscal Service will consider written responses received no later than 1:00 pm EST on Monday, March 5, 2018. Responses must be submitted electronically to purchasing@fiscal.treasury.gov, Attn: TAF/PW. Responses must include sufficient evidence that clearly shows the vendor is capable of providing the requirements as included in this notice. If no written response is received that clearly demonstrates an ability to meet all requirements, is more advantageous to the Government, and is received by the aforementioned deadline, the Bureau of the Fiscal Service shall make award on a sole source basis to Preqin. Qualified contractors must provide the following: 1. The name and location of your company, contact information, and identify your business size (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. 2. Whether your services are available through a Government contract vehicle or Open Market. 3. 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. 4. DUNS Number. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/SS-OFR-18-035/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN04821092-W 20180215/180213231253-7f008a0b10db3da5ed7ecc423905c8a9 (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 |