Skip to main content

An official website of the United States government

You have 2 new alerts

Notice of Intent: Sole Source Lexis Nexis Subscription

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Sep 18, 2024 03:55 pm EDT
  • Original Response Date: Sep 20, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 05, 2024
  • Initiative:
    • None
    • Recovery and Reinvestment Act

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    Mountain View , CA 94035
    USA

Description

THIS IS NOT A REQUEST FOR QUOTE – THIS IS A NOTICE OF THE GOVERNMENT’S INTENT TO ISSUE A SOLE SOURCE AWARD CONTRACT TO RELX INC. LEXIS NEXIS FOR ANNUAL LEXIS NEXIS SUBSCRIPTION.

The Department of Defense (DOD), Washington Headquarters Services, Acquisition Directorate (WHS/AD), on behalf of the Defense Innovation Unit (DIU), intends to award a follow-on sole-source, firm-fixed-price contract to LexisNexis, a division of RELX INC. (9443 Springboro Pike, Miamisburg, OH 45342- 4425), to provide Lexis Nexis subscription services. DIU requires Lexis Nexis annual subscription services renewal to meet its mission. The DIU needs Lexis Nexis subscriptions to address a broad range of legal issues, including constitutional law, ethics, administrative law, and national security law.

Because of copyrights and publishing agreements, only one vendor, RELX Inc., publishes the required publications. Market research has indicated that no other publishers' catalogs provide acceptable or equivalent publication products that could seamlessly perform this support. Therefore, RELX Inc. is the only vendor capable of meeting the Government’s requirement. The anticipated award will be made under the authority of Federal Acquisition Regulation (FAR) Part 8.405-6(a)(1)(i)(B) “Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized”. The GSA NAICS code utilized for this procurement is 511120 – Periodical Publishers, Size Standard of 1,000 Employees 

The anticipated Period of Performance (POP) will be a 12-month base period and four (4) twelve-month option period with an estimated value between $75,000.00 and $125,000.00. This notice of intent is not a request for proposals or quotations. Therefore, requests for copies of a solicitation in response to this notice will not be honored or acknowledged.

This notice of intent is NOT a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capability by responding to this notice via email to whs.mc-alex.ad.mbx.ks@mail.mil, with a file size less than 5MB, Subject Line: Response to NOI AS091720241201, no later than 12:00 P.M. EST, September 20, 2024.  All information submitted should support the offerors capability to provide the services required, and shall be furnished at no cost or obligation to the Government. The Government reserves the right to cancel the Sole Source Award.

Contracting Office Address:

Washington Headquarters Services Acquisition Directorate

4800 Mark Center Drive Suite 09F09

Alexandria, Virginia 22350

Primary Point of Contact:

Adriana Silva

Contract Specialist

Adriana.silva.civ@mail.mil  

Secondary Point of Contact:

Ronica Shelton

Contracting Officer

Contact Information

Primary Point of Contact

Secondary Point of Contact





History

  • Oct 05, 2024 12:04 am EDTSpecial Notice (Original)