Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2025 SAM #8578
SPECIAL NOTICE

76 -- OCLC EZproxy for AFRL

Notice Date
5/20/2025 8:24:57 AM
 
Notice Type
Special Notice
 
NAICS
519210 —
 
Contracting Office
FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Response Due
5/27/2025 9:00:00 AM
 
Archive Date
06/11/2025
 
Point of Contact
Benjamin Spencer
 
E-Mail Address
benjamin.spencer.8@us.af.mil
(benjamin.spencer.8@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, OCLC, Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 01 July 2025. This action will have a period of performance of 12 months running from 01 July 2025 through 30 June 2026 FSC: 7630 NAICS: 519210 Size Standard: $21 MIL Subscription name: OCLC EZproxy Supplier name: OCLC, Inc. Product description: The EZproxy Hosted Service is a user authentication product from (OCLC). It provides a publically accessible login page (or pages) allowing library customers to authenticate into subscribed library products both on-base and from any off-base location with network access, along with providing library staff with the ability to create and maintain user credentials for all library customers, allowing for rapid updates to terminate user access if necessary. Also, it provides IP authentication via a dedicated, individual IP address for each AFRL library location. Finally, it provides librarian-accessible usage data for resource usage and customer access. Item: 3000086, Description: EZproxy Hosted Product characteristics an equal item must meet to be considered: This subscription will need to meet the information needs of a wide variety of AFRL scientists and engineers (S&Es). This resource will provide information and data to all AFRL Library Council participating libraries and will be hosted on the vendor's own servers. AFRL's requirement is for an electronic resource authentication method that meets the demands of high level technical services. The purchase must offer the services to meet the needs of a broad user base, provide rapid access to subscribed electronic resources, and be accessible in all locations. 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 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 an administrative decision by the Government that is solely within its discretion. 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 and/or UEI 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. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposal nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose. Responses should be emailed to the Contract Specialist, Benjamin Spencer, at benjamin.spencer.8@us.af.mil and the Contracting Officer, Jessica Vetter, at jessica.vetter.1@us.af.mil no later than 27 May 2025 at 12:00 PM EST. Any questions should be directed through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a811f4d124a6407d8bf28f7d368ae19f/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN07448877-F 20250522/250520230045 (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.