Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SPECIAL NOTICE

76 -- DoD Foreign Policy Journal Subscription

Notice Date
9/12/2025 9:28:39 AM
 
Notice Type
Special Notice
 
NAICS
519210 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA805225Q0008
 
Response Due
9/17/2025 1:00:00 PM
 
Archive Date
10/02/2025
 
Point of Contact
SSgt Madelyn Williams, SrA Dakota Hardison
 
E-Mail Address
madelyn.williams@us.af.mil, dakota.hardison@us.af.mil
(madelyn.williams@us.af.mil, dakota.hardison@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
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, Slate Group LLC, The, under the authority of AFFARS 5313.501(a)(1)(ii), 10 U.S.C. 2302b, Implementation of Simplified Acquisition Procedures (41 U.S.C. 1901), on or about 25 September 2025. The base period of performance (PoP) will be from 30 September 2025 � 29 September 2026. Three (3) one-year options are anticipated that would extend the PoP through 29 September 2029. PSC/FSC: 7630 NAICS: 519210 Size Standard: 1,000 employees Subscription name: DoD Foreign Policy Journal Subscription Supplier name: The Slate Group, LLC Product description: DoD Libraries needs access to Foreign Policy Insider to support to meet customer needs. Combined with full access to Foreign Policy's leading journalism, FP Insider provides exclusive access to research from FP Analytics that provides insightful, data-driven, and actionable intelligence on transformational trends impacting geopolitics and business. FP Analytics research, produced exclusively for Insiders, distills major topics such as 5G, data governance, and resource competition; identifies geopolitical and competitive forces shaping markets; and highlights risks and opportunities for businesses and organizations operating around the world. This requirement is a follow-on to contract FA860422PB051. This is a twelve (12) month base subscription with one (1) option year to The Slate Group LLC (CAGE: 7SGE1) for Foreign Policy Insider access for the Depart of Defense Libraries. This subscription allows full access to unlimited current and 50 years of archived journalistic articles on Foreign Policy's website, mobile app access, both digital and print editions of Foreign Policy's magazine, and access to research and analytics. Product characteristics an equal item must meet to be considered: -Shall be able to provide online research tools from professionally curated sources that offer trusted information for a balanced, global perspective and insight. -Have unlimited full access to Foreign Policy�s articles, all online content, and print archives. -FP Insider provides exclusive access to research from FP Analytics that provides insightful, data-driven, and actionable intelligence on transformational trends impacting geopolitics and business and includes special reports, power maps, special briefings/articles and graphic database. -Shall provide newsletters, live events, news alerts, and an administrative portal for accessing usage information. -Shall include provided app access to foreign policy for customers. -Shall be able to interface with all 5 service branch library and Military OneSource websites using industry standard authentication methods to ensure only eligible patrons can access resources from any internet connected computer browsers and mobile devices. -Shall work with contract POC to establish authentication methods to provide optimal accessibility for all eligible patrons. -Security between the Website and server must be Transport Layer Security (TLS) 1.3. -Shall be able to supply or allow retrieval of database usage statistics by Branch of Service (Air Force, Space Force, Army, Marine Corps, Military OneSource/Other, and Navy). -Shall have HTTP Strict Transport Security (HSTS) with long duration deployed on the servers to mitigate/prevent man-in-the-middle attacks. -Website certificates shall be RSA 2048-bits (SHA256withRSA). -VCL must be able to test the platform to evaluate if it meets requirements. Shall provide username and password to view content on platform. 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. 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. 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. 3. Submitted information shall be UNCLASSIFIED. 4. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Madelyn Williams at madelyn.williams@us.af.mil no later than 17 September 2025, 3:00 PM CST. Any questions should be directed to Madelyn Williams through email. All responses should be received no later than 17 September 2025, 3:00 PM (Central).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a5d067b523fb46dc80fab62e90ce4715/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN07588648-F 20250914/250912230040 (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.