Intent to Award Sole Source - IEEE Journals
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 (Original)
- Original Published Date: Jan 05, 2023 12:27 pm EST
- Original Response Date: Jan 09, 2023 12:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
Classification
- Original Set Aside:
- Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 519210 - Libraries and Archives
- Place of Performance: Wright Patterson AFB , OH 45433USA
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price order to a single source, The Institute of Electrical and Electronics Engineers, Incorporated.
PSC: 7A21
NAICS: 519210
Size Standard: $18.5M
Software name: AFIT/ENWL (AFIT Library) – IEEE Electronic Library
Supplier name: The Institute of Electrical and Electronics Engineers, Incorporated (IEEE)
Product description:
IEEE publishes copy written journals, conference proceedings, articles and data tables, as well as select journals from their partner societies. This subscription to their electronic library grants access to AFIT students, faculty, and staff over the World Wide web, via IP recognition.
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 4 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:
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.
In your response, you must address how your product meets the product characteristics specified above.
Submitted information shall be UNCLASSIFIED.
Responses are limited to 10 pages in a Microsoft Word compatible format.
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
- Shane Love
- shane.love@us.af.mil
Secondary Point of Contact
History
- Jan 24, 2023 11:58 pm ESTSpecial Notice (Updated)
- Jan 05, 2023 12:27 pm ESTSpecial Notice (Original)