Sheldus Data
ID: 20341525Q00013Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICEARC DIV PROC SVCS - DOPARKERSBURG, WV, 26101, USA

NAICS

Environmental Consulting Services (541620)

PSC

NEWSPAPERS AND PERIODICALS (7630)
Timeline
    Description

    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to contract with Arizona State University (ASU) on a sole source basis to acquire exclusive Sheldus data related to natural disasters in the United States. This data, which includes information on various events such as thunderstorms, hurricanes, and floods from 1960 to the present, is critical for the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC) in assessing financial stability and delivering annual evaluations of the U.S. financial system. Interested vendors may submit their qualifications by November 4, 2024, via email to purchasing@fiscal.treasury.gov, although no competitive solicitation will be issued. The contract is anticipated to have a 12-month base period with four additional option periods, and the Government retains discretion in the procurement process based on the responses received.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Fiscal Service intends to contract with Arizona State University (ASU) on a sole source basis to obtain exclusive Sheldus data related to natural disasters across the U.S. for research purposes aligned with the Dodd-Frank Act. This data encompasses various events, including thunderstorms, hurricanes, and floods from 1960 to date, providing essential insights for the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). The OFR utilizes this data to evaluate financial stability and deliver annual assessments of the U.S. financial system. Interested vendors may submit their qualifications by November 4, 2024, via email, although no competitive solicitation will be issued. The project consists of a 12-month base period with four additional option periods. As the procurement is on a sole source basis, responses that demonstrate a company’s capability to provide comparable data may influence the final decision, although the Government retains discretion in this process. The notice specifies necessary documentation for submissions, including company details, product information, and capabilities.
    Lifecycle
    Title
    Type
    Sheldus Data
    Currently viewing
    Special Notice
    Similar Opportunities
    LSEG MasterFile Data
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to award a sole source contract to the London Stock Exchange Group PLC for exclusive access to the SEDOL Masterfile data, which is critical for the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). This procurement is necessary to fulfill the mandates of the Dodd-Frank Wall Street Reform and Consumer Protection Act, which requires these entities to monitor financial stability and assess risks within the U.S. financial system. The SEDOL Masterfile is uniquely provided by LSEG, and no other vendors can supply this essential dataset, reinforcing the necessity of this sole source contract. Interested parties must submit their written responses by 10:00 a.m. EST on November 4, 2024, to purchasing@fiscal.treasury.gov, including company details and a capabilities statement, as no solicitation is available for this opportunity.
    UCC Mailinglists
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to contract with Infinite Media Concepts Inc. on a sole source basis to provide comprehensive Uniform Commercial Code (UCC) filing data essential for the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). This procurement aims to gather critical data on collateralized lending in the U.S. from 2000 to 2022, as well as information related to SBA PPP and EIDL loans during the COVID-19 pandemic, to assess financial stability risks. The OFR's mission, established under the Dodd-Frank Act, underscores the importance of this data in promoting financial stability and standardizing financial reporting. Interested contractors must submit their capabilities by 10:00 a.m. EST on November 4, 2024, to purchasing@fiscal.treasury.gov, as no competitive solicitation will be issued for this opportunity.
    UPS Preventative and Emergency Maintenance
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking qualified contractors to provide UPS Preventative and Emergency Maintenance services under a total Small Business set-aside. The procurement aims to establish a single firm-fixed price purchase order for maintenance services, with a performance period from December 1, 2024, to November 30, 2029, which includes one base year and four optional renewal years. This contract is crucial for ensuring the reliability and operational efficiency of uninterruptible power supply systems, which are vital for maintaining critical operations. Interested contractors must submit their proposals, including pricing and compliance with federal regulations, by contacting the Purchasing department at PURCHASING@fiscal.treasury.gov, with a total contract value estimated at $25,000 allocated for emergency repairs throughout the contract duration.
    Disaster and Failure Studies Support Services
    Active
    Commerce, Department Of
    The U.S. Department of Commerce, through the National Institute of Standards and Technology (NIST), is seeking proposals for Disaster and Failure Studies Support Services under a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to provide specialized engineering services related to disaster and failure studies, including categories focused on earthquakes, evidence preservation, and fire disasters, with the primary category open to all business sizes and specific categories reserved for small businesses. This initiative is crucial for enhancing the nation's resilience to disasters and ensuring effective response strategies. Interested contractors should note that the total contract value is capped at $9.8 million over five years, with proposals due by November 15, 2024, and should contact Lauren P. Roller at lauren.roller@nist.gov or Adam C. Powell at adam.powell@nist.gov for further inquiries.
    Third Party Data Matching Services
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service on behalf of the Financial Crimes Enforcement Network (FinCEN), is seeking qualified small business vendors to provide Third Party Data Matching Services. The primary objective is to match filed Beneficial Ownership Information with third-party information sources, enhancing the accuracy of data matching against current public information to identify illicit financial threats. This procurement is crucial for FinCEN's mission to safeguard the financial system from illicit use and to combat money laundering. Interested vendors must respond to the Sources Sought notice by October 28, 2024, at 1:00 PM EST, and can direct inquiries to purchasing@fiscal.treasury.gov. The NAICS code for this opportunity is 541519, with a size standard of $34 million.
    Notification of the SEC's Intent to Award a Single Source Purchase Order for subscription to Elsevier journals
    Active
    Securities And Exchange Commission
    The U.S. Securities and Exchange Commission (SEC) intends to award a single source purchase order to Elsevier B.V. for an electronic subscription to selected Elsevier journals, which includes access to both current issues and historical back-files. This procurement is necessary as the SEC has determined that Elsevier B.V. is the only source capable of fulfilling its requirements due to copyright restrictions and the unique searchable access provided by the publisher. The purchase order is expected to cover a base period of 12 months with four additional option periods of 12 months each, and the total value will remain below the Simplified Acquisition Threshold. Interested parties are encouraged to express their interest and capability by contacting Jeremy Garrett at garrettj@sec.gov before the anticipated award date of November 20, 2024.
    FY24 Administration for Children and Families/Specialized Contracting & Procurement Directorate Acquisition Forecast
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Administration for Children and Families (ACF), is releasing its Fiscal Year 2024 Acquisition Forecast to assist industry partners in planning for upcoming contracting opportunities. This forecast outlines anticipated contract actions exceeding the simplified acquisition threshold of $250,000, focusing on various mission partners, including the Office of Refugee Resettlement and the Office of Child Support Services, among others. The procurement aims to enhance services for unaccompanied children and other vulnerable populations, emphasizing the need for professional services such as case management, behavioral health support, and IT project assistance. Interested parties can direct inquiries to Vinton Grant or David Greaves via their provided email addresses, and updates to the forecast will be made quarterly throughout the fiscal year.
    FY24 Administration for Children and Families/Specialized Contracting & Procurement Directorate Acquisition Forecast
    Active
    Health And Human Services, Department Of
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF, Administration for Children and Families (ACF), Specialized Contracting & Procurement Directorate (S-C&P), has released a long-range acquisition forecast for FY24. This forecast includes contracting support for fourteen mission partners of ACF, such as the Office of Refugee Resettlement, Office of Administration, and Office of Child Support Services. The forecast will be updated throughout the fiscal year and includes anticipated contract actions exceeding $250,000. Interested parties can contact Ms. Evelyn Tyndell, Director of S-C&P, for more information.
    Subscription to Comprehensive Oil Price Assessment Reporting Service
    Active
    Treasury, Department Of The
    The Department of the Treasury is seeking qualified vendors to provide a subscription to a Comprehensive Oil Price Assessment Reporting Service to support its analysis of oil markets, particularly in relation to the Russian oil price cap. The service must deliver daily assessments of Russian Urals and ESPO crude oil prices, along with reports on refined products and freight rates, to aid in maintaining global energy supply stability and limiting Russian government revenue from oil sales. Interested parties are encouraged to respond with their capabilities by November 7, 2024, at 2:00 PM EST, and should direct their submissions to Angela C. Gallo at Angela.C.Gallo@irs.gov.
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.