Inactive
Notice ID:FA860422QB027
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, OverDrive, Inc., under the authority of AFFARS...
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, OverDrive, 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 14 September 2022. The period of performance (PoP) shall be from 15 September 2022 – 14 September 2023. FSC: 7630 NAICS: 519130 Size Standard: 1,000 employees Subscription name: OverDrive Content Supplier name: OverDrive, Inc. Product description: Overdrive Content offers downloadable e-books, e-audio books, and movies for checkout through their online system. These materials include current fiction, non-fiction, language learning materials, reference and recreation materials. Product characteristics an equal item must meet to be considered: Must be able to provide downloadable material for collection materials such as e-books, e-videos, e-audiobooks, e-music including new releases, current best sellers, and back catalog for the Overdrive Digital Platform. Must be able to interface with the Air Force Portal Must be able to provide a login system for customers that meets the needs of active duty users and their dependents as well as retirees 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 22 August 2022, 2:00 PM EST. Any questions should be directed to Melissa Sanders through email.