Skip to main content

An official website of the United States government

You have 2 new alerts

Findaway Point Plan

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: Presolicitation (Original)
  • Original Published Date: Aug 05, 2022 08:37 am EDT
  • Original Response Date: Aug 12, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7630 - NEWSPAPERS AND PERIODICALS
  • NAICS Code:
    • 519130 - Internet Publishing and Broadcasting and Web Search Portals
  • Place of Performance:

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, Findaway, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on about 29 September 2022. The period of performance (PoP) shall be from 30 September 2022 – 29 September 2023.

FSC: 7630

NAICS: 519130

Size Standard: 1,000 employees

Subscription name: Findaway Point Plan

Supplier name: Findaway

Product description: Findaway provides the Launchpads, Playaways, and Wonderbook collection development point system that allows the Department of the Air Force Libraries to meet their Launchpads, Playaways and Wonderbook demand.

Product characteristics an equal item must meet to be considered:

  • Must be able to provide materials for collection development in formats that include Launchpads and wonderbooks
  • Must be able to provide material of new releases, current best sellers as well as a back catalog of older material
  • Must be able to enable up to 63 libraries to individually select and request items
  • Must ship requested items up to 63 libraries around the world, shipping costs included in quote
  • Must be able to offer ordering through an online ordering system
  • Must be able to dedicate customer service representative to resolve all service issues

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:
    • 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 including: 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. 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 Ashley Collins at ashley.collins.5@us.af.mil no later than 12 August 2022, 2:00 PM EST.  Any questions should be directed to Ashley Collins through email. 

Contact Information

Contracting Office Address

  • CP 937 656 7394 2275 D ST BLDG 16 RM 128
  • WRIGHT PATTERSON AFB , OH 45433-7228
  • USA

Primary Point of Contact

Secondary Point of Contact





History