Skip to content
Department of the Treasury

INTENT TO SOLE SOURCE - Preqin Subscriptions

Solicitation: SS-26-028
Notice ID: db137d0d6bac40bd901c796a49d3e341
TypeSpecial NoticeNAICS 519290PSC7630Set-AsideNONEDepartmentDepartment of the TreasuryAgencyBureau Of The Fiscal ServiceStateDCPostedApr 02, 2026, 12:00 AM UTCDueApr 13, 2026, 04:00 PM UTCCloses in 4 days

Special Notice from BUREAU OF THE FISCAL SERVICE • TREASURY, DEPARTMENT OF THE. Place of performance: DC. Response deadline: Apr 13, 2026. Industry: NAICS 519290 • PSC 7630.

Market snapshot

Awarded-market signal for NAICS 519290 (last 12 months), benchmarked to sector 51.

12-month awarded value
$10,319,407
Sector total $557,489,996 • Share 1.9%
Live
Median
$344,511
P10–P90
$136,990$552,032
Volatility
Volatile120%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.9%
share
Momentum (last 3 vs prior 3 buckets)
-67%(-$5,211,710)
Deal sizing
$344,511 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20005 United States
State: DC
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Purchasing
Email
purchasing@fiscal.treasury.gov
Phone
Not available
Name
Purchasing
Email
purchasing@fiscal.treasury.gov
Phone
Not available

Agency & Office

Department
TREASURY, DEPARTMENT OF THE
Agency
BUREAU OF THE FISCAL SERVICE
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

More in NAICS 519290

Description

The Treasury Common Services Center (TCSC), on behalf of The Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC), intends to contract with Preqin Ltd, 1st Floor. Verde. 1- Bressenden Place, London SW1E 5DH, on a sole source basis. 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 Preqin Data Products, and pursuant to its mandate, the OFR is interested in pursuing a wide-scope of private equity data including fund manager profiles, institutional investors, fund performance, fundraising, fund terms and conditions, deals and exits, funds evolution, assets under management, past investments, portfolio modeling, new funds, firms, portfolio strategy, investment focus, and cash flow predictions. In addition, the OFR requires private debt data to include future investment plans, allocations, active searches and mandates, investment criteria, funds raised/raising, private debt deals and exits across the globe, searchable by portfolio companies, equity sponsors, investment strategy and focus, target size, performance and deals, transparent fund-level data, benchmarks by strategy and geographic focus, horizon IRRs, fund manager relationship, deals facilitated, and buyer and seller relationships. Preqin Private Debt Online meets the OFR's private debt data and Private Capital Cash Flow data meet the OFR’s private equity data needs.

The OFR’s hedge funds data needs include in-depth info of individual funds, allocation of hedge funds, types of investors, tracking performance in portfolios, fund performance, current trends by fund type, structure focus, fund-by-fund terms and conditions, industry level statistics and term and conditions, current and open mandates, and compare to other market segments by strategy, fund structure, and geography using benchmarks. Preqin Hedge Fund online meets the OFR’s hedge fund data needs.

The OFR and FSOC will use the proposed contractor’s brand name product for the continuing mission to deliver an annual assessment of the state of the U.S. 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 (3) option periods of twelve (12) months each. The total estimated value of this purchase order will not 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.

Fiscal Service will consider written responses received no later than Wednesday, April 13, 2026. Responses must be submitted electronically to purchasing@fiscal.treasury.gov. Responses must include sufficient evidence that clearly shows your company is capable of providing the content 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 Preqin LTD.

Qualified Contractors must provide the following:

1. The name and location of your company, contact information, and identify your business size (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.

2. UEI Number.

3. Specific details of the product(s) that your company offers in regards to 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:

.bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, and .zip files.

Microsoft Office and Adobe compatible documents are acceptable.

No other information regarding this Special Notice will be provided at this time.

The period of performance for the purchase order is anticipated to be a twelve (12) month base period with three (3) option periods of twelve (12) months each. Fiscal Service may consider information received no later than 12:00 p.m. EST on Monday, April 13, 2026, submitted electronically to purchasing@fiscal.treasury.gov, Preqin Data /Attn: AM – BC.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.