SOLICITATION NOTICE
76 -- Intent to Award Sole Source - Wiley Online Library Electronic Books Collection
- Notice Date
- 6/21/2022 6:29:42 AM
- Notice Type
- Presolicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- FA8604 AFLCMC PZI WRIGHT PATTERSON AFB OH 45433-7228 USA
- ZIP Code
- 45433-7228
- Solicitation Number
- FA860422PB020
- Response Due
- 6/27/2022 11:00:00 AM
- Point of Contact
- Ashley L. Collins
- E-Mail Address
-
ashley.collins.5@us.af.mil
(ashley.collins.5@us.af.mil)
- 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, John Wiley & Sons, Inc, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 01 August 2022.� The period of performance (PoP) shall be from 01 August 2022 � 31 July 2023.� FSC: 7630 NAICS: 519130 Size Standard: 1,000 employees Subscription name: � Wiley Online Library Electronic Books Collection Supplier name: John Wiley & Sons, Inc Product description: Purchasing access to Wiley Online Library electronic books collection � Wiley�s full online book catalog (UBCM � Usage-based Collection Management Model). Wiley Online Books are electronically accessible via the Wiley Online Library website. The collection features over 22,000 scholarly and professional books, companions, dictionaries, handbooks, and book series. Wiley Online Books cover the following subject areas: Business, Finance and Accounting; Chemistry; Health and Medical Sciences; Humanities; Life and Earth Sciences; Mathematics and Statistics; Physical Sciences and Engineering; Social Sciences and Psychology; and Veterinary Sciences. Product characteristics an equal item must meet to be considered: Must be able to provide perpetual online access to specific geophysical journals: Must provide electronic books in the following subject areas (or their equivalents): business, finance and accounting; chemistry; health and medical sciences; humanities; life and earth sciences; mathematics and statistics; physical sciences and engineering; social sciences and psychology; and veterinary sciences. Must allow participating libraries to retain permanent ownership of the most heavily used titles at the end of the contract period in a method equivalent to the Usage-based Collection Management Model (UBCM) used by Wiley. Must provide a product with no Digital Rights Management (DRM) restrictions on downloads and printing, and allow unlimited, concurrent user access. Must provide full-text online access to books and book chapters, in either downloadable PDF or HTML format (PDF is preferred). Must provide all graphical figures and citations of the original full-text books and book chapters must be available within the digital document (object) that stands for that article. Must provide a search interface that includes numerous primary categories and ability to perform keyword and other specialized topical queries for effective searches. Must allow for individual account creation for saved searches and alerts. Must provide for IP authentication (institutional multi-user, single campus subscription) compatible with common library proxy services (OCLC EZproxy, OpenAthens, etc.). Must provide librarian-accessible COUNTER 5-compliant usage data for searches and downloads. 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 27 June 2022, 2:00 PM EST.� Any questions should be directed to Ashley Collins through email.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7a59571014254ff8ac314d92a3bb910a/view)
- Record
- SN06364171-F 20220623/220621230105 (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 |