Ohio Bids > Bid Detail

IASS - Elsevier, Inc

Agency:
Level of Government: Federal
Category:
  • 76 - Books, Maps, and Other Publications
Opps ID: NBD00159529024243646
Posted Date: Jan 18, 2024
Due Date: Jan 24, 2024
Source: https://sam.gov/opp/de73ea61d1...
Follow
IASS - Elsevier, Inc
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 18, 2024 02:38 pm EST
  • Original Response Date: Jan 24, 2024 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 30, 2024
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 7630 - NEWSPAPERS AND PERIODICALS
  • NAICS Code:
    • 519210 - Libraries and Archives
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

NOTICE OF INTENT TO AWARD SOLE SOURCE



The United States Air Force (the Government) intends to issue 3 (three) Firm-Fixed-Price orders to a single source; Elsevier, Inc., on or about 31 January 2024. Each period of performance (PoP) shall be contract award – 31 December 2024, with 1 additional option year for 2025.



PSC: 7630



NAICS: 519210



Size Standard: $21M



Subscription Name: (1) Science Direct / Pure, (2) Engineering Village, and (3) Scopus / SciVal



Supplier Name: Elsevier, Inc.



Product Description:



The Air Force Research Laboratory (AFRL) Library Council, which includes all eight AFRL technical directorates, the Air Force Office of Scientific Research (AFOSR) and AFIT, requires unlimited, simultaneous access to peer-reviewed, academic literature in a wide array of scientific fields and engineering disciplines. Additionally, the Library Council requires the ability to download full-text content for offline use and access to the content from any AFRL location as well as compatibility with the EZproxy authentication service employed by AFRL. AFRL locations include: Arlington, VA; Edwards AFB, CA; Eglin AFB, FL; Fort Sam Houston, TX; Kirtland AFB, NM; Rome Research Site, NY; and Wright-Patterson AFB, OH.



Quantity PoP DESCRIPTION



1 Base Year (2024) Science Direct / Pure Subscription

Option Year (2025)



Quantity PoP DESCRIPTION



1 Base Year (2024) Engineering Village Subscription

Option Year (2025)



Quantity PoP DESCRIPTION



1 Base Year (2024) Scopus / SciVal Subscription

Option Year (2025)



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:




  1. 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 (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.



  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 Glenn Wellman at glenn.wellman@us.af.mil no later than, 24 January 2024, 12:00 PM EST. Any questions should be directed to Glenn Wellman through email.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 713 9906 2130 8TH ST BLDG 45
  • WRIGHT PATTERSON AFB , OH 45433-7541
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 18, 2024 02:38 pm ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >