Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2024 SAM #8402
SOURCES SOUGHT

99 -- ProQuest - Data Base

Notice Date
11/26/2024 7:50:58 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA8650 USAF AFMC AFRL PZL AFRL/PZL WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
11262024
 
Response Due
12/3/2024 6:00:00 AM
 
Archive Date
12/18/2024
 
Point of Contact
Stephen Wenclewicz
 
E-Mail Address
stephen.wenclewicz.1@us.af.mil
(stephen.wenclewicz.1@us.af.mil)
 
Description
Sources Sought The United States Air Force (the Government) intends to issue a Firm-Fixed-Price order to a single source ProQuest, on or about 1 Jan 2025. The period of performance (PoP) shall be 12 months from receipt of award for 4 Option years, Year 1 starting on 1 Jan 2025. PSC: 7630 NAICS: 513120 Size Standard: 1000 Software name: ProQuest Supplier name: ProQuest Product description: AFRL's Library requires the purchase of additional years of ProQuest access able to support the mission. These additional years will be added to the current contract FA2396-24-P-B032. This resource needs to be holistic in scope and offer a tailored collection of electronic reference resources for scientists and engineers (S&Es) that provides access to full-text titles (including books/monographs, conference proceedings, peer-reviewed journals, newswires and reports, and trade publications) and video materials. Due to the differing research missions of the individual AFRL technical directorates that the libraries support, the required database needs to be all-inclusive of the different materials and allow S&Es the ability to effectively and efficiently research the required topics. The resource needs to provide full-text titles and videos on the natural sciences and technology (specifically, aerospace engineering and materials science). These resources need to be made available through the individual AFRL libraries' websites or intranet sites via the EZproxy authentication service, as well as, provide their own interface that can be accessed through an independent website. This resource needs to allow material to be be downloaded to provide offline access in situations with low or no internet access. The database(s) must include content from the following subject areas: advanced and emerging technologies, aerospace engineering, agricultural science, aquatic science, atmospheric science, biological science, computer science, earth science, environmental science, general engineering, materials science, and polymer science. The resource needs to provide online research tools from professionally curated and/or peer-reviewed sources that offer trusted information in abstracts, articles, electronic books and journals, conference proceedings, and videos with a focus on the subject areas listed above. 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 6 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 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. 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 Stephen J. Wenclewicz at stephen.wenclewicz.1@us.af.mil no later than, 3 Dec 2024 0900 am EST. Any questions should be directed to Stephen J. Wenclewicz through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/af4e57b9d0204bac8a05ab1693812a09/view)
 
Place of Performance
Address: Dayton, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07276499-F 20241128/241126230115 (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.