SOLICITATION NOTICE
76 -- Intent to Award Sole Source SAGE Premier - Intent to Award Sole Source Synopsis
- Notice Date
- 11/14/2017
- Notice Type
- Presolicitation
- NAICS
- #519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-18-P-5012
- Archive Date
- 11/21/2017
- Point of Contact
- Samuel Pacheco, Phone: 9372557858, Isaac Thorp, Phone: 937-255-7850
- E-Mail Address
-
samuel.pacheco-ortiz@us.af.mil, isaac.thorp@us.af.mil
(samuel.pacheco-ortiz@us.af.mil, isaac.thorp@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sage Premier titles list. Letter of intent to award sole source. NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Sage Publications Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 15 December 2017. The period of performance (PoP) shall be from 01 January 2018 - 31 December 2018. FSC: 7630 NAICS: 519130 Size Standard: 1000 employees Subscription name: SAGE Premiere Supplier name: SAGE Publications Inc. Product description: SAGE Premier is an online portal licensed to carry the journals as digital material, designed with and for librarians to provide centralized location for SAGE journals with great savings off list prices for individual journals. Product characteristics an equal item must meet to be considered: • Electronic access to more than 1,000 peer-reviewed journals (over 800,000 articles) • Content ownership of the subscribed content published by SAGE during the term of the agreement. • Complimentary access to Sage Premier titles back to 1999, where available, is included while a current subscription is maintained • Quality new content added to the package annually • High impact content - 52% of the content is ranked in the 2016 Journal Citation Reports® (Clarivate Analytics, 2017)* • Scholarly and professional research published in partnership with over 400 key societies • Exceptional discipline coverage appropriate for numerous fields • Journals are indexed in a variety of vendor-furnished discovery tools, including EDS (EBSCO), which AFIT subscribed through a separate vendor. This feature will improve the utilization of the data in this requirement. • COUNTER 4 usage statistics available for download • Article metrics by Altmetrics This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 5 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Contractors should be aware of the following information: 1. Contractors must include the following information: a. Points of contact, addresses, email addresses, phone numbers. b. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. c. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. d. Company CAGE Code or DUNS Number. 2. In your response, you must address how your product meets the product characteristics specified above. 3. Submitted information shall be UNCLASSIFIED. 4. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Samuel Pacheco at samuel.pacheco-ortiz@us.af.mil and Isaac Thorp at isaac.thorp@us.af.mil no later than 20 November 2018, 2:00 PM EST. Any questions should be directed to Samuel Pacheco through email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-P-5012/listing.html)
- Place of Performance
- Address: D’AZZO Research Library (AFIT/ENWL), 2950 Hobson Way, Bldg. 642, WPAFB, Ohio, United States
- Record
- SN04739595-W 20171116/171114231107-367c2cee0f11bd25911ab977e7aba6fd (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 |