Federal Bid

Last Updated on 10 Jul 2018 at 8 AM
Solicitation
Location Unknown

Intent to Award Sole Source - Baker &Taylor

Solicitation ID FA8604-18-Q-5038
Posted Date 02 Jul 2018 at 1 PM
Archive Date 10 Jul 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Wpafb (Includes Pz, Wl, Ww, Wi, Wn, Wk, Lp, Wf, Wk)
Agency Department Of Defense
Location United states

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, Baker & Taylor, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 15 August 2018. The period of performance (PoP) shall be from 30 September 2018 - 29 September 2019.

FSC: 7630

NAICS: 519130

Size Standard: 1000 employees

Subscription name: Baker & Taylor Book Plans, Audio Plans, and DVD Subscription Plans for AF Libraries

Supplier name: Baker & Taylor

Product description: A multi-tiered collection development system that allows each library to meet their own demand by offering a coming attractions list that allows libraries to order tangible media content to include books, audiobooks, DVDs and Blue-Ray discs. The vendor provides lists both online and in print for selection by each library.

Product characteristics an equal item must meet to be considered:

• Provide materials for collection development of formats that include Hardcover books, DVD's and Audio books
• Provide material of new releases, current best sellers as well as a back catalog of older material
• Offer ordering through an online ordering system
• Able to provide support to 63 AF library (CONUS and OCONUS) locations under one agreement
o Drop ship material to all Air Force library locations across the globe
o Ensures individual locations can meet their own demand (accommodate for the different needs of the different locations)
• Provide dedicated customer service representative to resolve all service issues
• Machine Readable Cataloging (MARC) records
• Provide edited MARC record, rating, spine, and library ownership label (for each individual library)
• Contractor responsible for packaging, handling and shipping

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:

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 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 Nicole Cantrell at [email protected] and Joelynn Laux at [email protected] no later than 9 July 2018, 2:00 PM EST. Any questions should be directed to Nicole Cantrell through email.

 

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 03 Aug 2021 at 7 PM
Wright patterson air force base Ohio 07 Aug 2020 at 5 PM
Location Unknown 13 Jul 2017 at 4 PM
Location Unknown 14 Sep 2016 at 12 PM
Location Unknown 13 Sep 2016 at 1 PM

Similar Opportunities