Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

76 -- Sole Source Taylor & Francis Classic Archive

Notice Date
4/25/2018
 
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-Q-5032
 
Point of Contact
Samuel Pacheco, Phone: 9372557858, Joelynn Laux, Phone: 9372557863
 
E-Mail Address
samuel.pacheco-ortiz@us.af.mil, joelynn.laux@us.af.mil
(samuel.pacheco-ortiz@us.af.mil, joelynn.laux@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Description : The Engineering, Computing & Technology Archive from Taylor & Francis provides access to full-text content from electronic journals, and is split into the Classic Archive and the Modern Archive. The AFRL D'Azzo Research Library seeks to acquire the Classic Archive, which features content from 1996 back to each journal's first volume (when available). The Classic Archive provides access to 134 journal titles in the areas of artificial intelligence, ergonomics, GIS and remote sensing, information technology, manufacturing research, and all major branches of engineering. Product characteristics an equal item must meet to be considered : •· - Full-text online access to archival journal articles in optics and physics, in either downloadable PDF or HTML format (PDF is preferred). •· - All graphical figures and citations of the original full-text article must be available within the digital document (object) that stands for that article. •· - Search interface that includes numerous primary categories and ability to perform keyword and other specialized topical queries for effective searches. •· - Individual account creation for saved searches and alerts. •· - IP authentication (institutional multi-user, single campus subscription). •· - Librarian-accessible COUNTER-compliant usage data for searches and downloads. •· - All content from the 134 journal titles listed in the attachment, from their first available edition to 1996. 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 and questions should be emailed to both Samuel Pacheco-Ortiz at samuel.pacheco-ortiz@us.af.mil and Ms. Joelynn Laux at joelynn.laux@us.af.mil no later than 1 May 2018, 2:00 PM EST. All responses should be received no later than 1 May 2018, 2:00 PM (Eastern).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-Q-5032/listing.html)
 
Place of Performance
Address: AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), United States
 
Record
SN04901316-W 20180427/180425231051-682f5dde7c32d49e5578d63a344ec125 (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.