Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2020 SAM #6952
SPECIAL NOTICE

99 -- Intent to Award Sole Source Taylor and Francis

Notice Date
12/9/2020 10:59:19 AM
 
Notice Type
Special Notice
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
FA8650-21-Q-4309
 
Response Due
12/14/2020 9:00:00 AM
 
Archive Date
12/29/2020
 
Point of Contact
James Batchelor
 
E-Mail Address
james.batchelor.2@us.af.mil
(james.batchelor.2@us.af.mil)
 
Description
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, Taylor & Francis Group, under the authority of FAR 13.106-1(b)(2) (sole-source acquisitions of commercial items) on or about 23 December 2020. The period of performance (PoP) shall be from 01 January 2021 � 31 December 2021. Four (4) one-year options are anticipated that would extend the PoP through 31 December 2025. FSC: D317 NAICS: 519130 Size Standard: 1000 employees Subscription name: Taylor & Francis Online Collection Supplier name: Taylor & Francis Group Product description: The Taylor & Francis subscription gives access to current content of 2,282 electronic journals contained in the Social Humanities and Science Library, Science and Technology Library, Medical Library, and FRESH Collection. The Taylor & Francis journals are highly respected and frequently cited within the scientific community. The journals required are essential to aerospace research used in the D�Azzo Research Library at AFRL and DET-7 Technical Library that supports Aerospace Systems S&Es at Edwards AFB. The titles made accessible via this acquisition enhance the broad access to scientific research that is crucial to the work done at the Air Force Research Laboratory. Product characteristics an equal item must meet to be considered: 1. Full-text online access (where applicable) to journal articles in science, technology, and medicine, in either downloadable PDF or HTML format (PDF is preferred). 2. All graphical figures and citations of the original full-text article must be available within the digital document (object) that stands for that article. 3. Search interface that includes numerous primary categories and ability to perform keyword and other specialized topical queries for effective searches. 4. Individual account creation for saved searches and alerts. 5. IP authentication (institutional multi-user, single campus subscription). 6. Librarian-accessible COUNTER-compliant usage data for searches and downloads. 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 6 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 James Batchelor at james.batchelor.2@us.af.mil and Stephen Wharton at stephen.wharton@us.af.mil no later than 14 December 2021, 12:00 PM EST. Any questions should be directed to James Batchelor through email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/936a0ccf37fe4daca6d7760503282815/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05869837-F 20201211/201209230145 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.