Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2025 SAM #8774
SPECIAL NOTICE

76 -- Taylor & Francis eBooks - 2026 Access

Notice Date
12/2/2025 11:34:21 AM
 
Notice Type
Special Notice
 
NAICS
519210 —
 
Contracting Office
FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Response Due
12/5/2025 2:00:00 PM
 
Archive Date
12/08/2025
 
Point of Contact
Glenn Wellman, Phone: (385) 636-2048
 
E-Mail Address
glenn.wellman@us.af.mil
(glenn.wellman@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 order to a single source; Taylor & Francis Group, LLC on or about 31 December 2025. The acquisition will renew access to 2026 eBook publications and include options for 2027 & 2028. PSC: 7630 NAICS: 519210 Size Standard: $21M Acquisition Name: 2026 SCI-TECHnetBASE eBook Access Supplier Name: Taylor & Francis Group, LLC Product Description: Taylor & Francis SCI-TECHnetBASE eBooks span all areas of science and technology. This extensive collection is designed to meet the needs of libraries with diverse patronage. Users can conduct sophisticated searches across science and technology CRCnetBASE collections or by subdiscipline. These eBooks will allow the Air Force Institute of Technology (AFIT) to support the Air Force Research Laboratory (AFRL) mission to ""lead the discovery, development, and integration of warfighting technologies for our air, space and cyberspace forces."" Access to these eBooks enhances the broad access to scientific research that is crucial to the work done at AFRL and AFIT. Quantity PoP DESCRIPTION 1 Annual Access SCI-TECHnetBASE - Science and Technology eBooks 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 3 business 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: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. 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. Identification of any other socioeconomic status (Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone). Company CAGE Code or DUNS Number. In your response, you must address how your product meets the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Glenn R. Wellman at glenn.wellman@us.af.mil no later than, 05 December 2025 5:00 PM EST. Any questions should be directed to Glenn R. Wellman through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c77a71c29c9c4a6496688746ba9a8bd6/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN07654815-F 20251204/251202230036 (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.