Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 30, 2022 SAM #7703
SPECIAL NOTICE

70 -- Intent to Award Sole Source - Taylor and Francis

Notice Date
12/28/2022 5:08:27 AM
 
Notice Type
Special Notice
 
NAICS
519210 —
 
Contracting Office
FA8650 USAF AFMC AFRL PZL AFRL/PZL WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
FA2396-23-P-0035
 
Response Due
12/28/2022 9:00:00 AM
 
Point of Contact
Robin Marks, Phone: 9377139867
 
E-Mail Address
robin.marks@us.af.mil
(robin.marks@us.af.mil)
 
Description
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Taylor and Francis SCI-TECHnetBASE, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 30 December 2022.� The period of performance (PoP) shall be from 01 January 2023 � 31 December 2023. ���� PSC: 7A21 NAICS: 519210 Size Standard: $18.5M Subscription name: Taylor and Francis SCI-TECHnetBASE Supplier name: Taylor and Francis � Product description: The Taylor and Francis Digital Collection provides access to the Taylor and Francis digital subscription which contains ebooks on science and technology and related fields of research, via a single unitary online website provided by the ASME.� � Product characteristics an equal item must meet to be considered: Full-text online access (where applicable) to journal articles in research and technology, in either downloadable PDF or HTML format (PDF is preferred). Must be able to provide journals similar in scope to those listed in the product description. All graphical figures and citations of the original full-text article must be available within the digital document (object) that stands for that article. Search interface that includes numerous primary categories and ability to perform keyword and other specialized topical queries for effective searches. Individual account creation for saved searches and alerts. IP authentication (institutional multi-user, single campus subscription). 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 4 hours 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 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.� If this posting specifically references brand name products, offerors are encouraged to suggest products other than those specifically referenced. �Responses must address how the alternate 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 Robin Marks at robin.marks@us.af.mil no later than 28 December 2022, 12:00 PM EST.� Any questions should be directed to Robin Marks through email.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1fb1b71f293b4805bac463cf5a78fdf4/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06552723-F 20221230/221228230105 (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.