Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2026 SAM #8857
SPECIAL NOTICE

76 -- Intent to Award Sole Source - AFRL and AFIT Library Subscriptions

Notice Date
2/23/2026 7:31:42 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
 
Solicitation Number
FA2396-26-X-0002
 
Response Due
2/13/2026 2:00:00 PM
 
Archive Date
02/28/2026
 
Point of Contact
Benjamin Spencer, Jessica Vetter
 
E-Mail Address
benjamin.spencer.8@us.af.mil, jessica.vetter.1@us.af.mil
(benjamin.spencer.8@us.af.mil, jessica.vetter.1@us.af.mil)
 
Description
Update 23 February 2026: Original posting contained incorrect vendor list document, correct list with individual justifications now attached. The United States Air Force (the Government) intends to issue multiple Firm-Fixed-Price orders to single sources from 06 February 2026 through 16 December 2030. The periods of performance (PoP) will vary based on specific requirements. PSC: 7630 NAICS: 519210 Size Standard: $21M Subscription name: various publications Supplier name: see Vendor List included in this notice Product description: Assorted publications The Air Force Research Laboratory (AFRL) Library Council, which includes all AFRL technical directorates, the Air Force Office of Scientific Research (AFOSR), and Air Force Institute of Technology (AFIT); the Air Force Technical Applications Center (AFTAC) Tyndall and Patrick Tech libraries; the National Air and Space Intelligence Center (NASIC); the Arnold Engineering Development Complex (AEDC) Tech Library; and the 711th Human Performance Wing, which includes the Human Effectiveness Directorate (RH) and the US Air Force School of Aerospace Medicine (USAFSAM), require unlimited, simultaneous access to peer-reviewed, academic literature in a wide array of scientific fields and engineering disciplines. Additionally, aforementioned programs require the ability to download full-text content for offline use and access to the content from any location as well as compatibility with the authentication services employed by those programs. 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 (RFO FAR 12.202(b)). 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: 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 including: 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. 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 the Contract Specialist, Benjamin Spencer, at benjamin.spencer.8@us.af.mil and the Contracting Officer, Jessica Vetter, at jessica.vetter.1@us.af.mil no later than 13 February 2026 at 5:00 PM EST. Any questions should be directed through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ee64cf5a530046c1b841cec0871090bf/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN07723764-F 20260225/260223230036 (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!  © 1994-2026, Loren Data Corp.