SOURCES SOUGHT
76 -- DAFL - Scientific Journal
- Notice Date
- 9/12/2024 12:43:52 PM
- Notice Type
- Sources Sought
- NAICS
- 513120
—
- Contracting Office
- FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
- ZIP Code
- 78236-0119
- Solicitation Number
- FA8052PRE0748
- Response Due
- 9/16/2024 12:00:00 AM
- Archive Date
- 10/01/2024
- Point of Contact
- Gustavo Guadron, Jackelin Guerrero Funes
- E-Mail Address
-
gustavo.guadron@us.af.mil, jackelin.guerrero_funes@us.af.mil
(gustavo.guadron@us.af.mil, jackelin.guerrero_funes@us.af.mil)
- Description
- This is a Sources Sought Synopsis published by the United States Air Force (the Government or USAF). There is no solicitation available at this time. Requests for a solicitation will not receive a response. The purpose of this sources sought notice is to conduct market research to determine whether there are businesses available capable of providing an alternative product that meets the characteristics below. The Air Force anticipates procuring this product as a FY24 base effort with a projected period of performance of 01 September 2024 � 30 August 2025. Responses to this sources sought notice will assist in a determination of whether it is in the best interest of the Government to proceed with a competition.��FSC:� 7630� �NAICS: 513120� �Size Standard: 1000 employees Subscription name: DAFL � Scientific Journals Description: DoD Libraries is seeking peer review for the following scholarly applications: Science Direct, and subsequently the publications ""Annals of Nuclear Energy"", Computers & Geosciences"", ""Journal of Environmental Radioactivity"", and ""Physics of the Earth and Planetary Interiors. Product characteristics an equal item must meet to be considered: Must be able to provide full text online access with a perpetual license to the following journals: Annals of Nuclear Energy, Computers & Geosciences, Journal of Environmental Radioactivity, Physics of the Earth and Planetary Interiors., 2.�The online database must be a part of a larger scholarly portfolio that supports the database and can be searched in conjunction with the other resources, 3.�Must provide peer reviewed journals and scholarly publications provide require information for our dedicated nuclear treaty monitoring team of scientists, engineers and research personnel publications in order to perform their day-to-day jobs, 4.�Must provide mission-critical information as becomes available; directly addressing the unique nature of the AFTAC mission.� 24 hours a day, 7 days a week, 365 days a year., 5.�Must be able to meet the technical and security requirement for access to STINFO systems. The Government will consider responses received within 14 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 competes 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 an administrative decision by the Government that is solely within its discretion. 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 UEI. e. Capabilities Statement 2. This requirement is not intended for specific brand name products. Offerors are encouraged to suggest products other than those that may be specifically referenced by brand name. Responses must address how alternate product meet the product characteristics specified above. 3. Submitted information shall be UNCLASSIFIED. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose. Responses should be emailed to Contracting Specialist: Gustavo Guadron, Gustavo.Guadron@us.af.mil no later than 18 June 2024, 4:00 PM CDT. Any questions should be directed to Gustavo Guadron through email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/32897b71148b433ba8d8de2372063405/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07209899-F 20240914/240912230129 (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 |