Skip to content
Department of Agriculture

Bloomberg Professional Terminal Services and Data Automation license

Solicitation: 12C0BZ26Q0001
Notice ID: fa6c6e80a4b74d0da3f2b1a1c8a89044
TypePresolicitationNAICS 519290PSC7A21DepartmentDepartment of AgricultureAgencyRural Housing ServiceStateDCPostedMar 13, 2026, 12:00 AM UTCDueMar 27, 2026, 04:00 PM UTCCloses in 14 days

Presolicitation from RURAL HOUSING SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: DC. Response deadline: Mar 27, 2026. Industry: NAICS 519290 • PSC 7A21.

Market snapshot

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

12-month awarded value
$8,546,316
Sector total $234,345,134 • Share 3.6%
Live
Median
$303,598
P10–P90
$84,320$418,848
Volatility
Volatile110%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.6%
share
Momentum (last 3 vs prior 3 buckets)
+100%($8,546,316)
Deal sizing
$303,598 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 • United States
State: DC
Contracting office
Washington, DC • 20250 USA

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
Lawanda Henry
Email
lawanda.henry@usda.gov
Phone
8506336484

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
RURAL HOUSING SERVICE
Subagency
USDA/RURAL DEVELPMNT/INNOVATION CTR
Office
Not available
Contracting Office Address
Washington, DC
20250 USA

More in NAICS 519290

Description

The U.S. Department of Agriculture, Rural Development, Procurement Management Office, Contracting Operations Division intends to issue a firm fixed price sole source purchase order utilizing Revolutionary FAR Overhaul (RFO) 12.201-1 Simplified Procedures to Bloomberg Finance L.P., 731 Lexington Ave, New York, NY 10022.  The Bloomberg Professional Terminal Services and data automation license to Bloomberg's reference data product subscription can only be provided by Bloomberg because it is proprietary to the vendor and no other vendor may provide this subscription.  The North American Industry Classification System (NAICS) Code is 519290.  The resulting contract will be for one year, with a period of performance from April 11, 2026, through April 11, 2027.  The Government intends to solicit and award with only one available source under RFO 12.102(a) for a single license with access to an internet-based subscription product for real-time financial information for the private and public credit sector and related risk calculators/models.   This notice of intent is not a request for competitive proposals.  Any other interested organizations must submit a written statement of their capabilities and qualifications to fulfill this requirement to the identified point of contact as soon as possible, but no later than 12:00 pm (EST) on March 27, 2026.  E-mailed statements are acceptable, but the senders bear full responsibility to ensure complete transmission and timely receipt.  All inquiries and concerns must be addressed in writing to Lawanda Henry at e-mail address lawanda.henry@usda.gov.  Any such statement of capabilities and qualifications received by the deadline will be evaluated solely for the purpose of determining whether to conduct this procurement on a competitive basis.  A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. The Government will not pay any cost incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party’s expense.  All submissions become the property of the Government and will not be returned.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.