Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

76 -- Intent to Award Sole Source EBSCO - Intent to Award Sole Source

Notice Date
7/18/2018
 
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-5066
 
Archive Date
8/7/2018
 
Point of Contact
LIla Ivanovska, Phone: 9372557855, Joelynn K. Laux, Phone: 9372557863
 
E-Mail Address
lila.ivanovska@us.af.mil, joelynn.laux@us.af.mil
(lila.ivanovska@us.af.mil, joelynn.laux@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Intent to Award Sole Source EPSCO NoveList helps readers discover books they want to read and connects them to library collections. The NoveList Plus database contains information on 500,000+ popular fiction and readable nonfiction titles for all ages. The titles included in the NoveList are specifically selected to represent typical public library collections; thus, all titles included in the NoveList are relevant and highly curated. NoveList K-8 Plus is frequently used for children's spaces. The interface provides a trusted source of information audience curated specifically for younger readers. It helps kids find books that are just right for their reading level and interests. All databses are searchable with a variety of limiters to expedite the search process including searching by subject, author and publication. Product characteristics an equal item must meet to be considered : •· Must be able to provide comprehensive, curated readers' advisory information designed specifically for libraries and readers. •· Must be able to provide an entire taxonomy to describe the mood and feel of books in a way that readers understand. •· Must be able to provide a recommendation service to include handwritten read-alike recommendations, which are written and signed by book experts. •· Must be able to provide unique editorial content written by librarians that is not found elsewhere including: book discussion guides, thematic book lists, author read-alikes, genre outlines, and 'best practices' articles on readers' advisory. •· Must be able to provide a combination of book review sources by pulling from both professional reviews as well as from readers. •· Provided content must be able to integrate into the libraries integrated library system and online public access catalog. 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. If this posting specifically references brand name products, offerors are encouraged to suggest products other than those specifically referenced. Responses must address how the alternate 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 Lila Ivanovska at lila.ivanovska@us.af.mil and Joelynn Laux at joelynn.laux@us.af.mil no later than 23 July 2018, 2:00 PM EST. Any questions should be directed to Lila Ivanovska through email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-Q-5066/listing.html)
 
Place of Performance
Address: AFLCMC/PK - WPAFB, United States
 
Record
SN04996638-W 20180720/180718230851-62f6a1207402bc2ce9c1722b08a5ba77 (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.