Notification of the SEC's Intent to Award a Single Source Purchase Order to London Stock Exchange Group, PLC.
Type: Special Notice
Overview

Buyer

SECURITIES AND EXCHANGE COMMISSIONUS

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)
Timeline
    Description

    The U.S. Securities and Exchange Commission (SEC) intends to award a single source purchase order to the London Stock Exchange Group, PLC for online access to Stock Exchange Daily Official List (SEDOL) data. This procurement is necessary as the SEDOL Masterfile contains unique identifiers for securities in the United Kingdom and Ireland, which are essential for the SEC's data services. The SEC has determined that London Stock Exchange Group, PLC is the only source capable of fulfilling this requirement, with the contract expected to include a base period and two one-year options. Interested parties may express their interest and capability to respond by contacting Christina J. Turner at turnerc@sec.gov, with the award anticipated on or about November 15, 2024, and the total estimated value of the purchase order being below the simplified acquisition threshold.

    Point(s) of Contact
    Christina J. Turner
    turnerc@sec.gov
    Files
    No associated files provided.
    Similar Opportunities
    Notification of the SEC's Intent to Award a Sole Source Purchase Order to F.T. Specialist Inc.
    Active
    Securities And Exchange Commission
    The U.S. Securities and Exchange Commission (SEC) intends to award a sole source purchase order to F.T. Specialist Inc. (Money Media, Inc.) for access to critical news services related to the mutual fund and money management industries. The SEC requires current and historical news, as well as in-depth analysis on mutual fund board compliance and governance issues, specifically through services such as Ignites, BoardIQ, and FundFire. This procurement is essential for the SEC's oversight and regulatory functions within the financial sector. The anticipated period of performance includes a base year and four one-year options, with the award expected on or about November 20, 2024. Interested parties may express their interest and capability to respond by contacting Christina J. Turner at turnerc@sec.gov.
    S&P Markit Data
    Active
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Fiscal Service intends to award a sole source contract to S&P Global Limited for a subscription to S&P Markit Data, which is crucial for analyzing trade credit networks and supply chains. The procurement aims to obtain detailed transactional securities lending data and Markit CDS pricing data over a five-year period, which will support the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC) in understanding financial shocks in credit chains. Interested vendors must demonstrate their capabilities and submit qualifications by October 10, 2024, as no competitive solicitation will be issued, with the contract potentially extending until November 2029. For inquiries, vendors can contact Chad Gambrill or Brian D. Cooper at purchasing@fiscal.treasury.gov.
    Notice of Intent to make a Sole Source Award
    Active
    Treasury, Department Of The
    The Department of the Treasury's Internal Revenue Service (IRS) intends to make a sole source award to S&P Global LLC for an annual subscription to their RatingsXpress credit rating database. This procurement is critical for IRS practitioners as it provides essential data for assessing taxpayer compliance, particularly in relation to intercompany loans and transfer pricing. The sole source justification indicates that S&P is uniquely positioned to supply this proprietary data, which is vital for the IRS's operations, and no viable alternatives were identified during market research. Interested parties may direct inquiries to Mach Ngo at mach.ngo@irs.gov, with the contract set to commence on September 13, 2024, and spanning five years.
    D--Sole Source Justification (Redacted) - S&P Global
    Active
    Interior, Department Of The
    The Department of the Interior, through its Interior Business Center, is seeking to procure subscription services from S&P Global for their Commodity Services Model (CSM+) Enterprise Access. This sole source justification is essential for the Office of Natural Resources Revenue (ONRR), as it provides critical industry information and pricing data for energy markets, including crude oil, natural gas, and coal, which are vital for royalty valuation and compliance auditing. The exclusivity of S&P Global as the sole provider meeting federal regulatory approval underscores the necessity of these services for ONRR’s audit and royalty management functions. Interested parties can contact Michael McGuire at MIKEMCGUIRE@IBC.DOI.GOV or by phone at 703-964-3622 for further details regarding this procurement.
    GreenStreet Data
    Active
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Fiscal Service intends to contract with GreenStreet Advisors LLC on a sole source basis for specialized datasets to support the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). The procurement focuses on obtaining exclusive access to the Commercial Mortgage Alert (CMA) and Asset-Backed Alert (ABA), which provide critical data on commercial mortgage-backed securities and asset-backed securities, respectively, essential for financial monitoring and reporting as mandated by the Dodd-Frank Act. The contract is anticipated to have a twelve-month base period with four additional twelve-month option periods, and interested contractors must submit evidence of their capability to provide similar datasets by October 15, 2024, to purchasing@fiscal.treasury.gov. No formal solicitation is available, and the government retains discretion in determining the award based on the responses received.
    Notice of Intent to Award Sole Source
    Active
    Justice, Department Of
    Notice of Intent to Award Sole Source The Department of Justice, specifically the Federal Prison System/Bureau of Prisons, intends to issue a Firm-Fixed Price (FFP) single source award for Joint Accreditation. This accreditation will allow the BOP Health Service Division to offer Continuing Professional Medical Education (CPME) credits/contact hours to medically licensed providers in the BOP. The sole source procurement will be awarded to the Accreditation Council for Pharmacy Education located at 190 S LaSalle Street, Chicago, IL 60603-3446. The procurement is classified under NAICS code 561990 with a size standard of $16.5 Million. The deadline for responses to this notice is December 28, 2023, by 5:00 p.m. EST. Interested sources must submit detailed information demonstrating their ability to meet the Bureau of Prisons' needs.
    SEC Supplemental Benefits Program
    Active
    Securities And Exchange Commission
    The Securities and Exchange Commission (SEC) is seeking potential sources to support the procurement of its Supplemental Benefits Program (SBP), which includes comprehensive dental and vision plans at no cost to employees, along with a voluntary benefits package. The contractor will be responsible for administering health benefits, ensuring compliance with federal regulations such as HIPAA and the Affordable Care Act, and processing claims for eligible SEC employees and their dependents. This program is crucial for providing secure and sustainable benefit offerings to full-time and part-time employees, as well as their spouses, domestic partners, and dependents. Interested parties should submit their responses and any questions regarding this Request for Information (RFI) by 12:00 PM (EST) on October 17, 2024, to the primary contacts J. Christie Branham at branhamj@sec.gov and Gabriel G. Aviles at Avilesg@sec.gov.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Notice of Intent to Sole Source with Alternative Consideration - Strengths Deployment Inventory (SDI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission Installation Contracting Command (MICC) at Fort Leavenworth, Kansas, intends to award a sole-source contract for the Strengths Deployment Inventory (SDI) to Personal Strengths Publishing, LLC. This procurement aims to provide the Army University (AMSC and CGSC) with the SDI, a tool essential for assessing personal strengths and enhancing team dynamics within military training environments. Interested vendors may propose alternative self-assessment tools that yield similar results, but must clearly demonstrate their comparability to the SDI through detailed analysis and reporting. Responses to this notice must be submitted to Contract Specialist Alec Creekmore via email by 3:00 PM CDT on November 1, 2024, with the government retaining discretion over the competitive procurement process.
    Senvol Machine Learning and Transfer Learning Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a sole-source fixed-price contract to Senvol LLC for the procurement of machine learning and transfer learning software. This software is critical for enhancing the capabilities of NAWCAD Lakehurst, NJ, and extensive market research has confirmed that Senvol LLC is the only vendor capable of fulfilling the government's specific requirements. The procurement will be conducted under the authority of 10 USC 3204(a)(1) as implemented in FAR 6.302-1, and while no solicitation package will be available, responses from interested parties will be considered within fifteen days of this notice. For further inquiries, Clement Slavick can be contacted at clement.m.slavick.civ@us.navy.mil or by phone at 240-572-2429.