Skip to main content

An official website of the United States government

You have 2 new alerts

Notice of Intent to Sole Source for One (1) Year Subscription Renewal of Institute of Electrical and electronics Engineers (IEEE) Xplore digital library

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Feb 10, 2022 10:21 am EST
  • Original Date Offers Due: Feb 15, 2022 11:59 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 02, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R612 - SUPPORT- ADMINISTRATIVE: INFORMATION RETRIEVAL
  • NAICS Code:
    • 519120 - Libraries and Archives
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA

Description

  1. Solicitation Number: W911QX-Q-0044
  2. Title: Notice of Intent to Sole Source for One (1) Year Subscription Renewal of Institute of Electrical and electronics Engineers (IEEE) Xplore digital library.
  3. Classification Code: R
  4. NAICS Code: 519120
  5. Response Date: Three (3) business days after posting by 11:59 am, not including the date posted, due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation.
  6. Description: Notice of Intent to Sole Source for One (1) Year Subscription Renewal of IEEE Xplore digital library.

Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:

INTENT TO SOLICIT ONLY ONE SOURCE

The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Institute of Electrical and Electronics Engineers (IEEE), 445 Hoes Lane, Piscataway, NJ 08854; DUNS: 060729753, CAGE Code: 97566. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

This acquisition is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03.

For purposes of this acquisition, the associated NAICS code is 519120.  The small business size standard is $16,500,000.00.

Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001: One (1) year of IEEE Xplore digital library subscription

Specifications/Requirement: 12 months IEEE Xplore Digital Library Subscription Renewal for the Army Research Laboratory (ARL). 

Delivery: Delivery is required by within one (1) month after contract award. Delivery shall be made to U.S. Army Research Laboratory, 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at delivery location. The FOB point is destination.

Clauses:

  1. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition.  The following addenda have been attached to this provision:

In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.

  1. Evaluation Criteria – The specific evaluation criteria to be used is N/A.
  2. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. None
  3. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None
  4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the

Acquisition of Commercial Items, applies to this acquisition.  The following additional FAR/DFARS clauses cited in this clause are applicable:

FAR:

52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS

52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT

52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION

52.222-3, CONVICT LABOR

52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES

52.222-21, PROHIBITION OF SEGREGATED FACILITIES

52.222-26, EQUAL OPPORTUNITY

52.222-35, EQUAL OPPORTUNITY FOR VETERANS

52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES

52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF VIETNAM ERA, AND OTHER ELIGIBLE VETERANS

52.222-50, COMBATING TRAFFICKING IN PERSONS

52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION

52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION

52.232-36, PAYMENT BY THIRD PARTY (MAY 2014)

52.247-64, PREFERENCE FOR PRIVATELY OWNED U.S. – FLAG COMMERCIAL VESSELS (FEB 2006)

DFARS:

252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS

252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS

252.204-7000, DISCLOSURE OF INFORMATION

252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS

252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING

252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS

252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION

252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION

252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES

252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS

252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS

252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM

252.225-7000, BUY AMERICAN STATUTE—BALANCE OF PAYMENTS PROGRAM CERTIFICATE

252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM

252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS

252.232-7010, LEVIES ON CONTRACT PAYMENTS

252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS

252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA

  1. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

FAR:

52.204-7, SYSTEM FOR AWARD MANAGEMENT

52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE

52.212-1, DEVIATION 2018-O0018 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS

52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS

52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS

52.212-4, CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS

52.213-2, INVOICES

52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT

52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT

52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION

52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

52.252-2, CLAUSES INCORPORATED BY REFERENCE

DFARS:

252.211-7003, ITEM IDENTIFICATION AND VALUATION

252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS

ADELPHI LOCAL CLAUSES:
ACC - APG POINT OF CONTACT

TECHNICAL POINT OF CONTACT

SOLICIT ONLY ONE SOURCE

TYPE OF CONTRACT

GOVERNMENT INSPECTION AND ACCEPTANCE

TAX EXEMPTION CERTIFICATE (ARL)

PAYMENT INSTRUCTIONS

RECEIVING ROOM REQUIREMENTS – ALC

EXCEPTIONS IN PROPOSAL

AWARD OF CONTRACT

ADELPHI CONTR. DIVISION URL

FOREIGN NATIONALS PERFORMING UNDER CONTRACT

PAYMENT TERMS

  1. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None.
  2. The following notes apply to this announcement: None

Place of Performance: U.S. Army Research Laboratory, 6375 Johnson Road, Building 321, Aberdeen Proving Ground, MD 21005

Set Aside: N/A

Contact Information

Contracting Office Address

  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 02, 2022 11:55 pm ESTCombined Synopsis/Solicitation (Original)