MODIFICATION
76 -- Intent to Award Sole Source - Overdrive Subscription
- Notice Date
- 5/29/2018
- Notice Type
- Modification/Amendment
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8604-18-Q-5040
- Archive Date
- 6/19/2018
- Point of Contact
- Matthew K. Marshall, Phone: 9372557853, Joelynn K. Laux, Phone: 937-255-7863
- E-Mail Address
-
matthew.marshall.6@us.af.mil, joelynn.laux@us.af.mil
(matthew.marshall.6@us.af.mil, joelynn.laux@us.af.mil)
- Small Business Set-Aside
- N/A
- 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, Overdrive, Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 15 June 2018. The period of performance (PoP) shall be from 29 September 2018 - 28 September 2019. FSC: 7630 NAICS: 519130 Size Standard: 1000 employees Subscription name: Overdrive for AF Library Supplier name: Overdrive, Inc. Product description: A collection of both fiction and non-fiction e-books and e-audio books that includes the 2016 CSAF Reading list. It includes language learning materials, downloadable eBooks, audiobooks, music and videos through over 5,000 publishers. Play downloads on a variety of devices including smart phones, eBook readers, computers, and tablets. Product characteristics an equal item must meet to be considered: • Must be able to provide downloadable material for collection development including new releases, current best sellers, and back catalog. • Must be able to interface with the Air Force Portal • Must be able to provide a login system for customers that meets the needs of active duty users and their dependents as well as retirees • 24/7 access to a large selection of content, including eBooks, and audiobooks • Content is downloadable for offline use • Is available on a variety of devices including computers, tablets (including Kindle), and smartphones • Online selection allows for instant collection development using powerful reporting tools that suggest how many of each title to buy based on user statistics 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 five (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. 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 Matthew Marshall at matthew.marshall.6@us.af.mil and Joelynn Laux at joelynn.laux@us.af.mil no later than 4 June 2018, 2:00 PM EST. Any questions should be directed to Matthew Marshall through email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8604-18-Q-5040/listing.html)
- Place of Performance
- Address: AFLCMC/PK - Wright Patterson, AFB (Includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), United States
- Record
- SN04936459-W 20180531/180529230814-1936f529cf658dc1bd016d8a421c108b (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 |