SOURCES SOUGHT
70 -- Connect NY Consortial E-Book Collection-Source Sought/Intent To Sole Source
- Notice Date
- 6/2/2022 8:25:34 AM
- Notice Type
- Sources Sought
- NAICS
- 519120
— Libraries and Archives
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD22R0134
- Response Due
- 6/7/2022 9:30:00 AM
- Point of Contact
- Patricialee A Pomarico, Phone: 8459388176
- E-Mail Address
-
patricialee.a.pomarico.civ@army.mil
(patricialee.a.pomarico.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Government currently intends to award a one year supply contract for renewal of consortia membership fees fore-Book acquisitions and access to library databases exclusively available from CNY (ConnectNY), Inc., to be utilized for purposes by Jefferson Library at the United States Military Academy on a SOLE SOURCE basis, and is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses in all socioeconomic categories, including 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses, must describe their identifying capabilities in meeting the requirements at a fair market price (i.e. information which may help support a set-aside). The proposed sole source firm fixed price contract to CNY (ConnectNY), Inc., 6721 US Highway 11- Potsdam, NY13676, is for a one year supply contract for the United States Military Academy's Library's continued access to the consortia services. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(l) as implemented in Federal Acquisition Regulation 6.302-l(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice does not constitute a Request for Quote (RFQ)/lnvitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code is 519120. In response to this sources sought, please provide the following: 1 .Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures, or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/29d1c180408f4b78936bfcb3e7827ed4/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN06346535-F 20220604/220602230117 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |