Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOLICITATION NOTICE

76 -- Encyclopedia of Regents for Organic Synthesis (e-EROS)

Notice Date
1/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-18-P-5024
 
Archive Date
2/15/2018
 
Point of Contact
Joelynn K. Laux, Phone: 4192557863
 
E-Mail Address
joelynn.laux@us.af.mil
(joelynn.laux@us.af.mil)
 
Small Business Set-Aside
N/A
 
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, Wiley Subscription Services, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 15 February 2018. The period of performance (PoP) shall be from 15 February 2018 - 14 February 2019. Four one-year options are anticipated that would extend the PoP through 14 February 2023. FSC: 7630 NAICS: 519130 Size Standard: 1000 employees Subscription name: Enhanced Access License Encyclopedia of Regents for Organic Synthesis (e-EROS) Supplier name: Wiley Product description: Wiley offers one of the most comprehensive publications for chemistry and materials science literature. The detailed information on more than $4,500 reagents and catalysis in e-EROS are essential to aerospace research. Product characteristics an equal item must meet to be considered •Ability to provide or distribute Encyclopedia of Regents for Organic Synthesis (e-EROS) 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: a.Points of contact, addresses, email addresses, phone numbers. b.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. c.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. d.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 Joelynn Laux at joelynn.laux@uf.mil or Isaac Thorp at isaac.thorp@us.af.mil no later than 31 January 2018, 2:00 PM EST. Any questions should be directed to Joelynn Laux through email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-P-5024/listing.html)
 
Place of Performance
Address: 2950 Hobson Way, Bldg. 642, Wright-Patterson AFB, Ohio, 45433-7765, United States
Zip Code: 45433-7765
 
Record
SN04798254-W 20180126/180124231247-e7ab34e5dd8261cb746044cc41be0049 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.