D--Notice of Intent sole source S&P CSM+ US Upstream
Special Notice from DEPARTMENTAL OFFICES • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 24, 2026. Industry: NAICS 513120 • PSC DA10.
Market snapshot
Awarded-market signal for NAICS 513120 (last 12 months), benchmarked to sector 51.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 513120
Description
Procurement Office:
The Department of the Interior (DOI) – Interior Business Center (IBC), Acquisition Services Directorate (AQD)
Response Due Date:
March 24, by 5PM EST
NOTICE OF INTENT SYNOPSIS:
The Department of the Interior, Interior Business Center, Acquisition Services Directorate on behalf of Office of Natural Resources Revenue (ONRR) intends to modify a Purchase Order 140D0424P0159 with S&P Global Inc., on a sole source basis. The intended procurement is classified under North American Industry Classification System code (NAICS) Code 513120 - Periodical Publishers.
This is a sole source procurement under the authority of FAR Part 13, only the responsible source and no other supplies or services will satisfy agency requirements. This acquisition is conducted under the procedures as described in FAR Part 13.5-Simplified Procedures for Certain Commercial Items and FAR Part 12- Acquisition of Commercial Items.
Description:
ONRR currently receives subscription services to S&P Global publications to provide industry information and pricing data for the crude oil, natural gas and coal energy markets. These publications are used by both government and industry as the standard for business data, information and daily pricing per Federal Regulation 30 CFR §1206.101 and 30 CFR §1206.104. The following S&P Global Subscription Services meet ONRR’s need for crude oil, natural gas and coal market data and pricing information:
• Market Insight - Crude Oil Package (CSM+)
• Market Data - Crude Oil Package (CSM+)
• Market Data - Americas Gas and Power Package (CSM+)
• Market Insight - Americas Gas and Power Package (CSM+)
• Market Data - Fuels and Refining Package (CSM+)
• Market Insight - Fuels and Refining Package (CSM+)
The Government intends to modify the current contract to add CSM+ United States Upstream Package
Purpose and Objective:
ONRR requires these publications accurately reflect the volumes of production in the area or field, common markets served, and common pipeline systems in the field or area where production occurs. Reporting must include volume at the API well for oil, gas, water, and injection products. In accordance with CFR Title 30, Chapter XII, Subchapter 1206, ONRR periodically publishes notice of approved publications in the Federal Register are 76 FR 37828 (effective August 1, 2011) and 65 FR 37043 (effective date June 1, 2000). These S&P Global Platts publications are one of three ONRR approved publications required for use by ONRR. The data sets provided within the Global Commodity Insights publications are utilized by ONRR to establish oil and gas production volumes at the well-head for verification of information reported to ONRR by operators further downstream. ONRR’s existing contracts with S&P Global Platts for pricing, midstream information, and ratings information, 140D0424P0159 and 140D0421P0235, are already provided to ONRR in an established data retrieval and transformation process and the administrative costs with collecting new data from different sources, normalizing it, and transforming it into usable and compatible structure creates excessive administrative burden and technical complexities. Failure to acquire these Global Commodity Insights Subscription Services by S&P Global Platts will severely impact ONRR's core responsibility to collect, account for, verify, and disburse energy and mineral revenues due to the States, American Indians, and the U.S. Treasury as the data provided under these services is critical to royalty valuation, assessing compliance, and performing audits.
Period of Performance: One (1) 6-month Base Period and three (3) 12-month Option Periods
This notice of intent to award a sole source contract is NOT A REQUEST FOR COMPETITIVE PROPOSALS. A SOLICITATION WILL NOT BE ISSUED.
However, all responsible sources that feel they can meet the Government's requirements detailed above may submit a capability statement which shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirements and include: the Unique Entity ID (UEI). All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be retained as Market Research. Please be advised that this announcement may constitute the only notice that will be posted for this acquisition, based on any responses to this notice.
All responses must be received by 5:00 pm Eastern on Tuesday, March 24, 2026 and must reference number 140D0426Q0278. Responses may be submitted electronically via email to:
mike_mcguire@ibc.doi.gov
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.