SOLICITATION NOTICE
76 -- Intent to Award Sole Source - ASTM
- Notice Date
- 11/5/2018
- Notice Type
- Presolicitation
- 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
- FA8604-19-Q-5019
- Archive Date
- 11/13/2018
- Point of Contact
- Nicole L. Cantrell, Phone: 9372557862
- E-Mail Address
-
nicole.cantrell@us.af.mil
(nicole.cantrell@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, American Society for Testing and Materials (ASTM), under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 15 December 2018. The period of performance (PoP) shall be from 01 January 2019 - 31 December 2019. Four one-year options are anticipated that would extend the PoP through 31 December 2023. FSC: 7630 NAICS: 519130 Size Standard: 1000 employees Subscription name: ASTM Compass for the AFRL Libraries Supplier name: American Society for Testing and Materials (ASTM) Product description: ASTM Compass, produced by ASTM International (formerly the ASTM Standards and Engineering Digital Library) is a comprehensive online database of the topics of testing methods and results, materials standards and technical engineering information. The electronic library covers a broad range of engineering disciplines, with a focus on testing and evaluation literature. The AFRL D'Azzo Research Library (AFRL/RQWL) users require access to the ASTM standards, as well as the ASTM manuals, monographs, data series, STPs (Special Technical Publications), and ASTM journals via this single unitary online website provided by ASTM International. Product characteristics an equal item must meet to be considered: • Must have full-text online access (where applicable) to articles in the subject areas of materials science and testing, in either downloadable PDF or HTML format (PDF is preferred); • All graphical figures and citations of the original full-text article must be available within the digital document (object) that stands for that article; • Librarian-accessible COUNTER-compliant usage data for searches and downloads; • Must be able to cover a broad range of engineering disciplines, with a focus on testing and evaluation literature; • Must have a search interface that includes numerous primary categories and ability to perform keyword and other specialized topical queries for effective searches; • Must have the ability to download HTML or PDF versions of documents; • Must enable users to create user accounts to establish alerts and save searches; • Must be able to provide access to multiple users via IP address (multi-user, multi-campus subscription); • Must be able to provide eJournals, eBooks, and papers and chapters dating back several decades; • Must be able to provide access to ASTM standards; and • Must be able to provide 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: 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. 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 Nicole Cantrell at nicole.cantrell@us.af.mil and Joelynn Laux at joelynn.laux@us.af.mil no later than 12 November 2018, 2:00 PM EST. Any questions should be directed to Nicole Cantrell through email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-19-Q-5019/listing.html)
- Record
- SN05143152-W 20181107/181105230534-eb86402510f6e8be3d8cd8f8db179f1d (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 |