SPECIAL NOTICE
76 -- Intent to Sole Source Bloomberg Terminals
- Notice Date
- 5/14/2025 8:50:44 AM
- Notice Type
- Special Notice
- NAICS
- 519290
—
- Contracting Office
- TREASURY, DEPARTMENT OF THE US
- ZIP Code
- 00000
- Solicitation Number
- SS-OFR-25-055
- Response Due
- 5/26/2025 7:00:00 AM
- Archive Date
- 06/10/2025
- Point of Contact
- Starla Kalb, Kara Zeigler
- E-Mail Address
-
starla.kalb@fiscal.treasury.gov, kara.zeigler@fiscal.treasury.gov
(starla.kalb@fiscal.treasury.gov, kara.zeigler@fiscal.treasury.gov)
- Description
- Intent to Sole Source Bloomberg Terminals May 14, 2025 SS-OFR-25-055 The Bureau of the Fiscal Service (Fiscal Service), on behalf of Financial Research (OFR), intends to contract with Bloomberg Finance L.P., 731 Lexington Avenue, New York, NY 10022-1331, on a sole source basis for Bloomberg Professional Services Terminal Access. This award will be made under NAICS code 519290 and PSC 7630. There is no competitive vendor or regulatory agency that provides these datasets. The proposed Contractor developed and owns the propriety and patented hardware, software, and algorithms that are used in these products and support the services specifically required for this acquisition; thereby, the proposed source has the sole unique technical and other resources required for this acquisition. The Office of Financial Research (OFR) requires an analytics dataset which provides individual user access to financial data comprised of sovereigns, credit, mortgages, money markets, municipal bonds, preferred equity, private equity, public companies, economics, research, commodities, indexes, currencies, and derivatives. This functionality is imperative to OFR�s mission in analyzing systematic risk in all markets simultaneously. The dataset must have access via mobile devices, home PC, phone, etc., and unlimited training support for professional services must be included in the fixed pricing per terminal. The data terminal must provide information on financial institutions and markets, quarterly work on FSOC on non-bank designations, various working papers (i.e. TLAC/CoCo bonds, systemic risk metric calculations), policy research, Financial Markets Monitor, Financial Stability Monitor, Bilateral Repo Permanent Collection, Repo CCP Paper, Joint OFR-FRBNY Repo Pricing Paper, Financial Stability Index and other initiatives. The OFR uses the proposed contractor�s brand name product for the continuing mission to deliver an annual assessment of the state of the United States financial system, as required by the Dodd-Frank Wall Street Reform and Consumer Protection Act of 2010. The period of performance for the purchase order is anticipated to be a twelve (12) month base period with three (4) options periods of twelve (12) months each with an anticipated award date of 07/15/2025. The total estimated value of this purchase order will exceed the simplified acquisition threshold. 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. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Fiscal Service will consider responses received no later than 05/26/2025 and time 10:00 EST. Responses shall be submitted electronically to purchasing@fiscal.treasury.gov, SS-OFR-25-055 /Attn: Starla Kalb and Kara Zeigler. Responses must include sufficient evidence that clearly shows your company is capable of providing the requirement described in this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the aforementioned deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, Fiscal Service will make award on a sole source basis to Bloomberg Finance L.P. Qualified Contractors must provide the following: 1. The name and location of your company, contact information, and identify your business size (Small Business, Small Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HUBZone, Women Owned Small Business, Other than Small Business 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. UEI Number. 3. Specific details of the product(s) that your company offers regarding this notice. 4. Whether your content is available through a Government contract vehicle or Open Market. 5. 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 to whom your company currently provides the specific required content. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .b64, .bat, .bhx .cab, .chm, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, Media, .mhtml, mht,.mim, .mp3, .mp4, .one, .pif, .rar, .scr, .vbs, .uu, .uue, .vbs, .wsf, xxe,.wmv, html, mhtml, and .zip files Microsoft Office non-macro enabled compatible documents and .PDF documents are acceptable. No other information regarding this Special Notice will be provided at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bff3247660394f40958108803508bae7/view)
- Place of Performance
- Address: DC 20005, USA
- Zip Code: 20005
- Country: USA
- Zip Code: 20005
- Record
- SN07442438-F 20250516/250514230042 (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 |