Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2022 SAM #7590
SOLICITATION NOTICE

76 -- NOTICE OF INTENT TO AWARD SOLE SOURCE - Cengage Learning Inc.

Notice Date
9/9/2022 12:19:16 PM
 
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
FA860422QB036
 
Response Due
9/14/2022 11:00:00 AM
 
Point of Contact
Melissa Sanders, Ashley L. Collins
 
E-Mail Address
melissa.sanders.5@us.af.mil, ashley.collins.5@us.af.mil
(melissa.sanders.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, CENGAGE LEARNING, INC under the authority of AFFARS 5313.501(a)(1)(ii), 10 U.S.C. 2302b, Implementation of Simplified Acquisition Procedures (41 U.S.C. 1901), on or about 30 September 2022.� The period of performance (PoP) shall be from 30 September 2022 � 29 September 2023, with one (1) possible option year period through 2024. FSC: 7630 NAICS: 519130 Size Standard: 1,000 employees Subscription name: Gale�s Chilton, Legal Forms, and Military Collection Supplier name: CENGAGE LEARNING, INC Product description: Gale�s Chilton Auto Repair manuals database provides information on repairing over 2,600 of the latest vintage vehicle makes and models with comprehensive automotive expertise. The car repair database is directed toward DIY repair and includes information in full text, diagrams, specification tables, troubleshooting guides, photos, illustrations, multimedia (videos and animation), and ASE test prep. Gale�s Legal Forms provides a database of legal forms to help support the Gale�s Small Business database currently subscribed to by DoD Libraries. Gale�s Military and Government resources in the onefile provides the primary resources needed to support DoD libraries customers needs.� It provides military personnel with access to scholarly journals, magazines, and reports covering all aspects of the past and present military affairs. Updated annually, this library resource contains hand-selected content supporting key subject areas such as, governmental policies, the socioeconomic effects of war, and the structure of the armed forces. Product characteristics an equal item must meet to be considered: Must provide a manual database providing information on repairing over 2,600 vintage vehicle makes and models with comprehensive automotive expertise. The car repair database must be directed toward DIY repair. Must include information in full text, diagrams, specification tables, troubleshooting guides, photos, illustrations, multimedia (videos and animation), and ASE test prep. Must provide a database of legal forms to help support the Gale�s Small Business database currently subscribed to by DoD Libraries. Must provide current and general use legal forms and guidance. Database should provide legal forms from the fifty (50) states drafted by attorneys and law firms in subject areas including but not limited to, real estate, wills, bankruptcy, bill of sale, contracts, employment, corporate, landlord tenant, living wills, name change, power of attorney, taxes, and divorce. In addition to legal forms, this database should also provide legal Q&A, attorney directory, product descriptions, law digest with major legal case coverage, and comprehensive form description documents. The database needs to have a discovery layer, the ability to sort by source types and publication date, subject thesaurus, and viewed in HTML or PDF. Search functionality should be by keyword, Boolean/phrase, options to limit by keyword or phrase, capability to cite, export, and Permalink functionality sustainable URL to return to original article. Customer convenience services should include online help, search and browse, option to save, print, and email information, and save search histories and results. Access to information should be seamless, minimal response time between query initiation and query results, and search results within 5-10 seconds. Must provide full-text journals and periodicals pertaining to all branches of the military and government and offers current news to military members, analysts, policy makers, students and researchers. Contents should be updated weekly and include at least 270 full-text journals and periodicals and indexing and abstracts for 440 journals and periodicals pertaining to the military and government. Provide military personnel with access to scholarly journals, magazines, and reports covering all aspects of the past and present military affairs. Must be able to interface with all 4 service branch libraries and Military OneSource websites using industry standard authentication methods to ensure only eligible patrons can access resources from any internet connected computer browsers and mobile devices. Must work with contract POC to establish authentication methods to provide optimal accessibility for all eligible patrons. Security between the Website and server must be Transport Layer Security (TLS) 1.3 Must be able to supply or allow retrieval of database usage statistics by Branch of Service (Air Force, Army, Marine Corps, Military OneSource/Other, and Navy) Must have HTTP Strict Transport Security (HSTS) with long duration deployed on the servers to mitigate/prevent man-in-the-middle attacks Website certificates should be RSA 2048-bits (SHA256withRSA) 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: 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 Unique Entity Identifier 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 Melissa Sanders at melissa.sanders.5@us.af.mil and Ashley Collins at ashley.collins.5@us.af.mil�� no�� later�� than�� 14 September�� 2022,�� 2:00�� PM�� EST. Any questions should be directed to Melissa Sanders through em
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf15184f762b4584b3996bdc8ecba525/view)
 
Record
SN06459840-F 20220911/220909230132 (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 |
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.