Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOLICITATION NOTICE

R -- Loan loss factor model

Notice Date
7/3/2014
 
Notice Type
Presolicitation
 
NAICS
523920 — Portfolio Management
 
Contracting Office
Export - Import Bank of the United States, Office of Contracting Services, Contracting Services, 811 Vermont Avenue, N.W., Washington, District of Columbia, 20571
 
ZIP Code
20571
 
Solicitation Number
EXIM-14-Q-0052
 
Archive Date
8/2/2014
 
Point of Contact
Leon T. Borroum, Phone: 2025653711, William S Boyd, Phone: 202-565-3346
 
E-Mail Address
Leon.Borroum@exim.gov, william.boyd@exim.gov
(Leon.Borroum@exim.gov, william.boyd@exim.gov)
 
Small Business Set-Aside
N/A
 
Description
BACKGROUND. The Export-Import Bank of the United States (Ex-Im Bank) is a United States government corporation and agency of the United States. In the 2012 fiscal year Export-Import Bank of the United States (Ex-Im Bank) began an internal review of its reserve area with the goal of identifying qualitative adjustments to its core reserving process. Furthermore, in both FY 2012 and FY 2013 the Bank further improved its quantitative model for reserving. The effort resulted in several qualitative factors both inside and outside the quantitative model. This model has been reviewed at a high level by both the Office of Management and Budget (OMB) and the Government Accountability Office (GAO). SCOPE. The scope of the project is to be focused on Ex-Im Bank's reserve for loans and guarantees in regard to the design of its loss factor modeling. Specifically: 1. All quantitative factors used in the model 2. All of the qualitative factors used in the model 3. The reasonableness of the data that is used for both the qualitative and quantitative factors. REQUIREMENTS. General. Ex-Im Bank now needs a comprehensive review of its underlying loss data along with the quantitative and qualitative model to enhance and validate its methodology. Ex-Im has requested the Contractor to perform an analysis of the loss data, quantitative, and qualitative adjustments in regard to the following three areas: • Reasonableness of the quantitative model including a review of the underlying data. • Reasonableness of the qualitative on-tops that are used by the Bank • Potential enhancement considering both the loss reserve calculation and predictive loss forecasting capabilities. The Contractor shall possess expert knowledge in the area of loss reserve modeling including knowledge of how to calculate probability of default, exposure at default, and recovery rates. In addition, the contractor shall possess expert knowledge with regards to qualitative on-top adjustments to loss reserve modeling. Finally, the contractor shall possess expert knowledge to ascertain the process of assembling, extracting and reconciling Excel-based spreadsheets and adjustments to source inputs including, but not limited to, the underlying credit risk rating process and the loan/guarantee populations. Task Areas. The Contractor will provide the following: • Task 1 - Project Background and Summary of Existing Reserve Process: - A summary of the scope and nature of the project, i.e. what it is and what it is not. - A brief description of Ex-Im Bank's current reserving process, e.g. nature of underlying data, the quantitative model, and the qualitative on-tops. • Task 2 - Procedures and Analysis: - A summary of the procedures performed by the Contracting on Ex-Im Bank's entire loss factor modeling. • Task 3 - Results, Observations and Recommendations: - Discussion of the results and observations around the loss factor modeling. - Observations and Recommendations in regard to: o Appropriateness/Reasonableness of each qualitative and quantitative factor on the reserve process. o Potential new factors Ex-Im Bank may want to consider in its loss reserve process over time. o Factors Ex-Im Bank may want to consider regarding predictive analysis capability. o Reasonableness of the underlying data which is used in the modeling process. The NAICS code is 523920 (Portfolio Management), with a small business size standard of $35,500,000. In order to be eligible for award, all responsible sources must be registered with System for Award Management (SAM). Contractors may register online at the website, www.sam.gov. This solicitation will be a best value Firm Fixed-Price (FFP) Request for Proposals (RFP) subject to FAR Part 15.101-1 procedures. To be considered acceptable, offerors shall specifically address each of the evaluation factors set forth in the solicitation. Sufficient detail should be provided citing specific data as may be required, such that the proposal may be adequately evaluated. The government anticipates release of the solicitation on or about July 18, 2014 and making an award on or about September 5, 2014. These dates are approximate and subject to change. The proposal due date would be scheduled for 30 calendar days after the date the solicitation is made available. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Interested parties may download and print the solicitation and any amendments from the FedBizOpps website http://www.fbo.gov. Interested parties are responsible for monitoring the FBO website for the most up-to-date information concerning this forthcoming solicitation. Paper copies of the solicitation and any amendments will not be distributed. Upon issuance of the solicitation, there will be an identified question and answer period. The Government reserves the right to cancel the solicitation either before or after the proposal opening with no obligation to the offeror by the Government. Once the solicitation is posted, it is the responsibility of all interested parties to review the site for any updates/amendments to documents. Further inquiries regarding solicitation must be sent to Leon Borroum, Contract Specialist at leon.borroum@exim.gov, and William Boyd, Contracting Officer at william.boyd@exim.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/XMBANK/OAS/CA/EXIM-14-Q-0052/listing.html)
 
Place of Performance
Address: Export Import Bank of the United States, 811 Vermont Avenue, NW, Washington, District of Columbia, 20571, United States
Zip Code: 20571
 
Record
SN03415020-W 20140705/140704000402-45c7005905f29c8e059356dd98adf12f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.