SPECIAL NOTICE
99 -- Intent to Sole Source - Black Knight eMBS Data
- Notice Date
- 6/3/2024 7:33:08 AM
- Notice Type
- Special Notice
- NAICS
- 531390
— Other Activities Related to Real Estate
- Contracting Office
- ARC DIV PROC SVCS - DO PARKERSBURG WV 26101 USA
- ZIP Code
- 26101
- Solicitation Number
- 20341524Q00019
- Response Due
- 6/10/2024 7:00:00 AM
- Archive Date
- 06/25/2024
- Point of Contact
- Chad Gambrill, Kara D. Zeigler
- E-Mail Address
-
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
- Description
- INTENT TO SOLE SOURCE Black Knight eMBS Data SOL # 20341524Q00019 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 Black Knight Data and Analytics LLC, 601 Riverside Avenue Jacksonville, FL 32204-2901 on a sole source basis, there is no competitive vendor or regulatory agency that provides these subscriptions. The OFR/FSOC has a need for Black Knight�s eMBS data.� eMBS provides a single source for comprehensive mortgage-backed securities data.� The eMBS product covers all Fannie Mae, Freddie Mac, and Ginnie Mae mortgage-backed securities from 1994-present.� It has pool-level attributes, including CUSIPs on each pool. There is a dataset containing information on all REMICs and Strips beginning in 1999.� These datasets form the backbone of the eMBS product. Ancillary datasets include individual loan origination and performance information with CUSIPs; collateral pools backing REMICs, Strips, Megas, and other securities; multi-family deals, loans, and properties; credit risk transfer (STACR/CAS) securities; TBA contracts; and ESG characteristics. The eMBS product will help the OFR/FSOC to facilitate cutting-edge research and monitoring of the primary and secondary mortgage markets. While it has some overlap with CoreLogic�s LLMA dataset and the Y-14M dataset, the eMBS product provides a detailed view into GSE loans and securities which CoreLogic nor any other vendor provides.� An important inclusion in this product is the loan-level dataset with CUSIP information. This allows tracking loans through securities to MBS and repo market pricing. When eMBS data are paired with the Fed�s Y-14 data, the result is the universe of all loans originated by GSIBs, allowing us to understand securitization and servicing behavior. CRT deals, REMICs, and Strips are also new to OFR, and are potential very useful in tracking expected stress in the mortgage market. The latency of eMBS is low, making it potentially useful in risk monitoring.� This data will help the OFR in its mission to support the FSOC in promoting financial stability by collecting data on behalf of the Council. The Period of Performance (PoP) will be a base of one (1) year including four (4) twelve-month option� periods.� Black Knight Data and Analytics LLC 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/KZ REF SOL# 20341524Q00019. 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 Black Knight Data and Analytics LLC. 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/8f5a3cdd5807417eb47ac8b8a7a10ce5/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07083638-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 |