Inactive
Notice ID:FA860422PB016
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...
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 20 July 2022. The period of performance (PoP) shall be from 20 July 2022 – 19 July 2023. FSC: 7630 NAICS: 519130 Size Standard: 1,000 employees Subscription name: Wiley Geophysical e-subscription Supplier name: John Wiley & Sons, Inc Product description: Purchasing enhanced access to a core collection of geophysical e-subscription titles from John Wiley & Sons, Inc. for specific geophysical journals including: Geophysical Research Letters, Journal of Geophysical Research: Atmospheres, Journal of Geophysical Research: Earth Surface, Journal of Geophysical Research: Oceans, Journal of Geophysical Research: Space Physics, Reviews of Geophysics, Quarterly Journal of the Royal Meteorological Society, Meteorological Applications and Space Weather Quarterly. Product characteristics an equal item must meet to be considered: Must be able to provide perpetual online access to specific geophysical journals: Geophysical Research Letters Journal of Geophysical Research: Atmospheres Journal of Geophysical Research: Earth Surface Journal of Geophysical Research: Oceans Journal of Geophysical Research: Space Physics, Reviews of Geophysics Quarterly Journal of the Royal Meteorological Society Meteorological Applications Space Weather Quarterly 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: 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. 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. Submitted information shall be UNCLASSIFIED. 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 14 June 2022, 2:00 PM EST. Any questions should be directed to Ashley Collins through email.