Fixed Income Investment Services
ID: 16PBGC25R0062Type: Solicitation
Overview

Buyer

PENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPWASHINGTON, DC, 20024, USA

NAICS

Portfolio Management and Investment Advice (523940)

PSC

SUPPORT- MANAGEMENT: FINANCIAL (R710)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Pension Benefit Guaranty Corporation (PBGC) is soliciting proposals for Fixed Income Investment Services, aiming to award multiple contracts to qualified investment firms. The objective is to manage fixed income portfolios that exceed benchmark returns while adhering to specified risk parameters, with a focus on strategies such as Core, Credit, Global, and Emerging Markets Debt. This procurement is critical for the management of PBGC's Trust Fund, valued at approximately $70 billion, ensuring effective investment management and compliance with federal regulations. Interested firms must submit their proposals in three volumes, with the first phase focusing on qualifications and compliance, and must be fully registered in the System for Award Management (SAM) by the time of the price proposal submission. For further inquiries, potential offerors can contact Tre Brummell at brummell.joseph@pbgc.gov or Frank Argenziano at Argenziano.frank@pbgc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Pension Benefit Guaranty Corporation (PBGC) is soliciting proposals for Fixed Income Investment Services, anticipating seven contract awards. Offerors must adhere to FAR 52.212-1 and an addendum, submitting proposals in three volumes: Offeror Qualifications, Technical Proposal, and Price Proposal, each with specific due dates. Volume 3 submission requires full registration in the System for Award Management (SAM). Questions regarding the solicitation must be submitted via Attachment 11 by specific deadlines. Proposals should be submitted through the PBGC Secure File Exchange or email and formatted according to Table 1. Offerors wishing to protect proposal data must execute a Mercer Non-Disclosure Agreement (NDA). Proposals must include a cover letter, table of contents, responses to PBGC forms for a minimum of two and a maximum of four financial products, and supporting materials. An Organizational Conflict of Interest (OCI) risk mitigation plan is required if applicable. Discussions will be held with best-qualified offerors, including facility tours, followed by post-selection negotiations on performance terms. Contractors must comply with federal anti-discrimination laws and certify they do not operate DEI programs violating these laws, noting changes related to Executive Order 11246.
    The document outlines questions and government responses regarding a federal RFP for fixed income investment services. Key topics include offeror qualifications, asset under management (AUM) requirements, product benchmarks, performance data, reporting, and evaluation factors. The government confirms a strict $500 billion AUM requirement for offerors, will not consider lowering it, and will not vary it for existing managers. Submissions for products managed against hedged benchmarks are acceptable, with unhedged products requiring additional demonstration of hedging ability. The RFP will allow core-plus strategies, but limits proposals to one per product type, with a maximum of four products per proposal. Tax-exempt account requirements will be removed, and disaster recovery/creditors' committee policies are post-award requirements, not mandatory disclosures. The
    This document outlines questions and recommendations regarding Fixed Income Investment Services, specifically referencing RFP 16PBGC25 and 16PBGC25R0062. The file is structured to record company information, contact details, a list of topics, and specific inquiries or suggestions related to the investment services. It also includes a section for the government's response to these questions. This document appears to be a record of a Q&A process within a federal government Request for Proposal (RFP) or a similar procurement process concerning financial services, allowing potential contractors to seek clarification on the requirements for fixed-income investments.
    The Pension Benefit Guaranty Corporation (PBGC) outlines its evaluation criteria for Fixed Income Investment Services contracts, emphasizing that Factor 4, 'Strength of Product Offering,' is the most crucial, and non-price factors collectively outweigh price. The evaluation involves two phases: Phase I is a pass/fail assessment of 'Proposal Compliance' and 'Offeror Qualifications,' eliminating non-compliant offerors. Phase II evaluates 'Offeror Capability,' 'Strength of Product Offering,' and 'Price.' PBGC anticipates making seven awards and may select technically superior proposals even if they aren't the lowest priced, or lower-priced proposals offering better value. Negotiations will occur with offerors in the competitive range, including in-person meetings for non-incumbents to observe personnel and systems. Price analysis will ensure fair and reasonable rates and compare overall proposal value. Mercer, Inc. will assist with proposal analysis, requiring NDAs for proprietary information.
    The Pension Benefit Guaranty Corporation (PBGC) is seeking multiple investment managers for its Trust Fund, valued at approximately $70 billion. The objective is to achieve returns exceeding benchmarks across various fixed income strategies, including Core, Credit, Global, and Emerging Markets Debt. Contractors will manage portfolios ranging from $250 million to $3.0 billion, focusing on active investment management, adherence to PBGC's Investment Policy Statement, and avoiding investments in companies with underfunded pension plans at risk of PBGC termination. Contracts will have a potential length of 10 years, with work performed off-site. Key requirements include structured investment processes, robust due diligence, and providing PBGC with economic and market research. Contractors must also maintain specific insurance coverages (fidelity bond, errors and omissions, cyber), have a disaster recovery plan, and provide various monthly, quarterly, and annual reports detailing portfolio performance, holdings, and compliance.
    Attachment 4: Fixed Income Price Template outlines a comprehensive pricing structure for various fixed income products across a base year and nine option years. The template requires offerors to provide undiscounted rates (in basis points) and asset amounts (in dollars) for Core, Credit, Global, and Emerging Markets Debt Products. For each product type, pricing is tiered based on asset amounts (e.g., "on first…", "on next…", "on balance."). The document encourages the submission of discounted rates in addition to standard rates, with an explanation of these discounts. Offerors may expand tables for additional asset tiers or add Excel tabs for detailed discount specifications by product type and contract year if the provided explanation field is insufficient. This template is designed to standardize the submission of pricing proposals for fixed income services within government solicitations.
    This government file, "Fixed Income Support Services Attachment 5: Contract Clauses and Solicitation Provisions," outlines crucial regulations for federal contractors. Key provisions include compliance with anti-discrimination laws, with a notable update regarding President Trump's Executive Order of January 21, 2025, which revokes certain requirements related to Executive Order 11246 on Equal Employment Opportunity. The document details various Federal Acquisition Regulation (FAR) clauses, such as those concerning the System for Award Management (SAM), commercial and government entity code reporting, and safeguarding contractor information systems. It also includes clauses on the evaluation and extension of contract options, prohibitions on contracting for certain telecommunications and video surveillance equipment (Section 889 of the John S. McCain National Defense Authorization Act), and certifications regarding trafficking in persons. Furthermore, the file covers instructions to offerors, including submission requirements, acceptance periods, and conditions for late submissions. It defines representations and certifications related to small business concerns, veteran-owned businesses, and other socioeconomic categories, as well as provisions on Buy American, Trade Agreements, and certifications regarding responsibility matters, child labor, and restricted business operations. Offerors must complete relevant representations in SAM or directly within the solicitation, providing detailed disclosures where applicable, particularly concerning telecommunications equipment and ownership information. The overarching purpose is to ensure contractor compliance with federal laws, ethical standards, and operational requirements for government contracts.
    The Pension Benefit Guaranty Corporation (PBGC) is soliciting proposals for Fixed Income Investment Services, requiring offerors to complete Phase 1 forms including an Offeror Qualifications Form and at least two, but no more than one per category, Product Qualifications Forms from Core Fixed Income, Credit Fixed Income, Global Fixed Income, and Emerging Market Debt. Offerors must submit these forms in PDF format within Volume 1 – Offeror Qualifications, with supporting materials in a zipped folder. Key qualifications for offerors include SEC registration as an investment advisor for at least five years, agreement to act as an ERISA fiduciary, at least $500 billion in Assets Under Management (AUM) as a fiduciary, and a positive net worth. Product-specific qualifications generally require active management against specified benchmarks, at least $1 billion USD in AUM for the proposed product, no sub-advisors, a minimum of five years of live performance history, GIPS compliant performance history, and an average rolling 60-month information ratio exceeding a specified threshold (0.60 for Core Fixed Income, 0.70 for Credit Fixed Income, 0.40 for Global Fixed Income, and 0.50 for Emerging Market Debt).
    The Pension Benefit Guaranty Corporation (PBGC) is requesting proposals for Fixed Income Investment Services, seeking detailed information from offerors to assess their capability and suitability. The solicitation, "Attachment 7: Solicitation Phase 2 Forms," requires comprehensive submissions in two main categories: Offeror Capability and Product Attributes and Past Performance. Under Offeror Capability, firms must provide extensive details on their business, including history, ownership, financial structure, significant developments, and regulatory compliance. They must also outline their support infrastructure, covering risk management, compliance, continuity of operations, trading processes, and back-office functions. The Product Attributes and Past Performance section demands a thorough description of the firm's investment philosophy, strategy, professional staff, historical investment results, and portfolio stability. Offerors must complete specified forms, adhere to page and word limits, and convert submissions to PDF, including supporting materials in a zipped folder. The document emphasizes accuracy, clarity, and conciseness, reminding offerors that proposed products must match those in Phase 1, even if they did not meet minimum qualifications. The certification in Attachment 1 verifies the offeror's accuracy and capability to perform the required services to the Government's satisfaction.
    This government file provides a comprehensive framework for evaluating investment firms and their financial products, likely in response to an RFP or for grant application purposes. It consists of fifteen detailed tables designed to capture extensive data across various operational and performance metrics. The tables cover critical areas such as monthly and quarterly returns, risk statistics including Alpha, Beta, and R-Squared, and annualized returns. Additionally, the document requires detailed information on total and fixed income assets under management, account gains and losses, and client demographics. Staffing details, including executive management, investment professionals, and their experience, are also requested. Information on portfolio characteristics like duration, convexity, and asset allocation by country and asset type is included to provide a holistic view of the firm's investment strategies and capabilities. This structure indicates a need for thorough due diligence and transparency from responding entities.
    The Mercer Non-Disclosure Agreement ensures that Mercer, Inc. protects proprietary and confidential information received from offerors during its assistance to the Pension Benefit Guaranty Corporation (PBGC) for solicitation #16PBGCXXXXXX. This agreement is supplementary to existing Conflict of Interest and Federal Procurement Integrity Act Certifications signed by Mercer employees. It specifically prohibits Mercer from using offeror information for any purpose other than that for which it was furnished or from disclosing it to unauthorized parties. Offerors must sign this agreement to consent to Mercer's review of their proposals, after which Mercer will countersign and provide executed copies to the offeror and the Contracting Officer, authorizing the release of the proposal to Mercer.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    RBG0001-26 RBG/ SBG Support
    Justice, Department Of
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.
    R - Notice of Proposed Contract Action (Treasury-wide) - Retirement Specialists Support (RSS)
    Treasury, Department Of The
    The Department of the Treasury, specifically the Office of the Comptroller of the Currency, is seeking to establish a Retirement Specialists Support (RSS) vehicle to provide comprehensive advisory, counseling, records analysis, and Federal benefits retirement processing support across all Treasury Bureaus. This procurement is aimed at creating a single-award Blanket Purchase Agreement (BPA) with a performance period not exceeding five years, utilizing the GSA Multiple Award Schedule and is exclusively set aside for certified Small Businesses located within a 50-mile radius of the Washington, DC metropolitan area. The selected contractor will play a crucial role in enhancing the retirement services offered to Treasury employees, ensuring effective management of retirement-related inquiries and processes. Interested parties should contact Matthew Quinn at Matthew.Quinn@occ.treas.gov or by phone at 202-913-2418 for further details.
    R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Caregiver Support Program Financial and Legal Services (CSP-FLS) under solicitation number 36C10X26R0001. This procurement aims to provide comprehensive financial and legal services to Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including services such as estate planning, debt management, and educational webinars. The contract will be awarded as a single firm-fixed price and time and materials agreement, with a base period of 12 months and four optional 12-month periods, emphasizing compliance with HIPAA and specific professional credentials. Interested parties must submit their proposals by January 8, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653.
    Broad Government Announcement - DFC Personal Services Contractor (PSC) Program
    United States International Development Finance Corporation
    The U.S. International Development Finance Corporation (DFC) is seeking quotes for Personal Services Contractor (PSC) positions through a Broad Government Announcement (BGA) aimed at enhancing its contracting program. This initiative, authorized by the BUILD Act of 2018, allows DFC to engage individuals for personal services that will not classify them as federal employees, with contracts anticipated to be awarded over a five-year period. The roles available include positions focused on gender equity, catalytic investments, and media relations, all crucial for DFC's mission to mobilize private capital in developing economies. Interested applicants must be U.S. citizens and are encouraged to submit their proposals via email to the DFC Acquisitions Team at PSCQuotes@dfc.gov, with evaluations occurring bi-monthly over the next twelve months.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Locally Employed Staff Health Insurance Services for U.S. Embassy Harare, Zimbabwe
    State, Department Of
    The Department of State is seeking proposals for Locally Employed Staff Health Insurance Services for the U.S. Embassy in Harare, Zimbabwe, under Solicitation No. 19GE5026R0003. The contract, structured as a fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, will provide essential health benefits, including hospitalization, emergency, outpatient, and mental health services, with a minimum guaranteed order of $5,000 and a maximum value of $24,000,000. This procurement is crucial for ensuring comprehensive health coverage for embassy staff and their dependents, with services expected to commence by August 1, 2026. Interested offerors must submit their proposals by February 6, 2026, and ensure they have an active System for Award Management (SAM) registration. For further inquiries, contact Sarah Pfannkuche at Pfannkuches@state.gov.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    U.S. Embassy Iraq LES Global Medical Coverage (GMC) Health Insurance Services
    State, Department Of
    The U.S. Department of State is seeking a qualified contractor to provide Global Medical Coverage (GMC) Health Insurance Services for Locally Employed Staff (LES) at the U.S. Embassy in Iraq. The contract will cover an estimated total of 1,321 enrollees, including 571 LES employees and 750 independents, with an anticipated performance period of 12 months and four optional one-year extensions at the government's discretion. This health insurance service is critical for ensuring the well-being of embassy staff and their families while stationed in Iraq. Interested contractors should note that the presolicitation will be posted on www.sam.gov around December 22, 2025, and proposals will be due 30 days after the solicitation announcement closes. For further inquiries, contact Yang Zhang Monteiro at madsenyz@state.gov or the RSU Contracts team at rsu-amman-contracts@state.gov.
    Brokerage Account Services
    United States International Development Finance Corporation
    The United States International Development Finance Corporation (DFC) is seeking qualified brokerage firms to provide brokerage account services for publicly traded securities. The primary objective is to facilitate the sales and trading of securities, particularly in emerging markets such as India, Brazil, and Mexico, while ensuring compliance with DFC's capital planning strategy. This opportunity is crucial as DFC may hold or receive publicly traded securities through its investment activities, necessitating experienced brokerages licensed in various global markets. Interested entities are encouraged to submit their proposals at any time during the twelve-month notice period, with submissions reviewed on a rolling basis. For inquiries, contact Michael Pasquella at michael.pasquella@dfc.gov or Melissa Hergenrader at melissa.hergenrader@dfc.gov.
    Internal Audit Services
    Energy, Department Of
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is soliciting proposals for Internal Audit Services under Request for Proposal (RFP) 26-003. The objective is to ensure compliance with the Department of Energy Acquisition Regulation (DEAR) clause 970.5232-3, requiring the selected contractor to conduct annual risk assessments, develop audit plans, and execute audits in collaboration with Princeton University's Office of Audit and Compliance. This procurement is critical for maintaining operational integrity and compliance within federally funded research initiatives. Interested firms must submit their proposals by January 21, 2026, at 4:30 PM EST, and direct any inquiries to Cheryl Colan at ccolan@pppl.gov or (609) 243-3486. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a total value not exceeding $3 million over a potential five-year period.