Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2021 SAM #7120
SOURCES SOUGHT

76 -- Notice of Intent to Award Sole Source (IASS)

Notice Date
5/28/2021 3:31:32 PM
 
Notice Type
Sources Sought
 
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-F-4380
 
Response Due
6/10/2021 10:00:00 AM
 
Archive Date
06/25/2021
 
Point of Contact
James Batchelor, Phone: 9377135644
 
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, EBSCO Industries Inc., under the authority of FAR 13.106-1(b)(2) (sole-source acquisitions of commercial items) on or about 25 June 2020.� The period of performance (PoP) shall be from 21 July 2021 through 20 July 2022.� Four (4) one-year options are anticipated that would extend the PoP through 20 July 2025.� FSC: D317 NAICS: 519130 Size Standard: 1000 employees Subscription name: EBSCO Discovery Service Subscription Supplier name: EBSCO Industries, Inc. Product description: The EBSCO Discovery Service Subscription provides the ability to fully search content across full-text databases, citation databases, the library catalogs and other collections. �Access to the EBSCO Discovery Service enhances the broad access to scientific research that is crucial to the work of the Air Force Institute of Technology. Product characteristics an equal item must meet to be considered: Have A-Z journal lists and links for users, with holding statements (year ranges and database names) Provide usage statistics OpenURL linking based on a ranked list of available sources Provide one-click access from search results to articles Have non-digital alternative holdings Provide custom database naming Create and manage custom holding local sets Be compatible with EZProxy authentication and IP authentication Have Guest-level basic access option Provide Google Scholar integration Provide citation from search tool (DOI, author, title, etc.) Provide indexing of DOAJ (Directory of Open Access Journals) 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 10 June�2021, 1:00 PM EST.� Any questions should be directed to James Batchelor through�email.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/336b5e07c020487db4780dc926e4f565/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06016847-F 20210530/210528230115 (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.