Skip to main content

An official website of the United States government

You have 2 new alerts

Intent to Award Sole Source - Insitute of Physics, IOP Science

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Feb 17, 2022 10:21 am EST
  • Original Published Date: Jan 26, 2022 12:10 pm EST
  • Updated Response Date: Jan 31, 2022 12:00 pm EST
  • Original Response Date: Jan 31, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 18, 2022
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 519130 - Internet Publishing and Broadcasting and Web Search Portals
  • 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 a Firm-Fixed-Price Purchase order to a single source, Institute of Physics (IOP), under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 31 January 2022. The period of performance (PoP) shall be from 01 February 2022 – 28 February 2022. One (1) nine-month option is anticipated that would extend the PoP through 30 November 2022. 

FSC: 7H20

NAICS: 519130

Size Standard: 1000 employees

Subscription name: IOP science

Supplier name: Institute of Physics (IOP)

Product description: The AFRL and AFIT libraries have full-text access to a large number of the IOP journals, including coverage on some titles back to 1874. The Institute of Physics (IOP) publishes highly-cited journals in all areas of physics.

Product characteristics an equal item must meet to be considered:

  • Covers a broad range of scientific disciplines, with a focus on physics literature.
  • Search interface that includes numerous primary categories and ability to perform keyword and other specialized topical queries for effective searches.
  • The ability to download HTML or PDF versions of documents.
  • Enable users to create user accounts to establish alerts and save searches.
  • Subscription is able to provide access to multiple users via IP address (multi-user, multi-campus subscription).
  • Multiple language translations of content.

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:
    1. Points of contact, addresses, email addresses, phone numbers.
    2. 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.
    3. 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.
    4. 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 Bradley Adams at bradley.adams.6@us.af.mil and Jeremy Fraser at jeremy.fraser.2@us.af.mil no later than 31 January 2022, 12:00 PM EST.  Any questions should be directed to Bradley Adams through email.

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