SPECIAL NOTICE
D -- DTN Online Data Feed for Agricultural Commodity Futures, Market News and Support
- Notice Date
- 4/23/2020 6:14:09 AM
- Notice Type
- Special Notice
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- AGRICULTURAL MARKETING SERVICE
- ZIP Code
- 00000
- Solicitation Number
- 12639520R0031
- Response Due
- 4/30/2020 11:00:00 AM
- Archive Date
- 05/01/2020
- Point of Contact
- Beverly S. Brown, Phone: 5403611126, Fax: 5403611181
- E-Mail Address
-
BeverlyS.Brown@ams.usda.gov
(BeverlyS.Brown@ams.usda.gov)
- Description
- The USDA, Agricultural Marketing Service, Federal Grain Inspection Service (FGIS) intends to award a sole source contract to DTN, LLC located at 9110 West Dodge Road, Omaha, Nebraska 68114.� This contract is for a data feed license agreement for market data from the following sources:� Chicago Board of Trade, Minneapolis Grain Exchange (MGE), Delayed Future Quotes, Delayed New York Mercantile Exchange, Delayed COMEX Exchange Fee, and Historical Cash Grain Bids.� The contract will also include a daily Excel file of cash grain spot prices for a minimum of 2,000 grain elevators (grain storage facilities) throughout the U.S. to be emailed to KCCO email account (ug.mokansasc2-DTNPrices) by 6:00 pm CST (Monday through Friday). �Cash grain spot prices collected are for those commodities traded at each elevator, such as corn, sorghum, soybeans, wheat (various classes), barley, oats, oilseeds and pulses.� This file should include the following information for each location:� elevator ID, city, state, zip code, date of bid, commodity ID, and commodity bid (Spot=Current).� ��The contract shall also include daily (Monday through Friday / 6:00 am CST) agricultural market news via email, including at a minimum how the market is expected to begin (open) with related agricultural news, periodic agricultural news updates throughout the day, and market prices at the end of the day�s trade (closes) with related agricultural news (market summary).� This contract will be for a base year and four option years.��� The applicable NAICS code for this requirement is 519190. ��The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; �AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; �FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.211-6 Brand Name or Equal; FAR 52.217-6 Option for Increased Quantity; FAR 52.217-8 Option to Extend Services; and FAR 52.252-2 Clauses Incorporated by Reference. This is a notice of intent and is not a request for competitive quotations or proposals. Firms that believe they can provide similar products are encouraged to identify themselves and provide a quote and include information about their products in order for the government to do an evaluation of their product by the closing date of this notice. All information received will be considered by the Government to determine if more than one firm can meet the Government's requirements and is capable of providing equal or superior products/services. All firms responding must be active in the System for Award Management (www.sam.gov).� Registration in SAM is free.� ��Questions concerning this acquisition must be in writing and directed to BeverlyS.Brown@usda.gov no later than April 27, 2020 at 10:00 am.� All responses to this notice must be received by 2:00 PM eastern time on April 30, 2020. ��All responses must be in writing and should be emailed to BeverlyS.Brown@usda.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7773775474274cc5ab357d7a1a98d555/view)
- Record
- SN05633223-F 20200425/200423230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |