Federal Bid

Last Updated on 01 Aug 2015 at 8 AM
Sources Sought
Location Unknown

Knovel Subscription

Solicitation ID FA2521-15-Q-B032
Posted Date 02 Jul 2015 at 1 PM
Archive Date 01 Aug 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location United states
 

SOURCES SOUGHT:  THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY!  It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. 

The Request for Quotation (RFQ) number is FA2521-15-Q-B032 shall be used to reference any written responses to this sources sought. 

Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program.  The North American Industry Classification Systems (NAICS) Code proposed 511210 .  The size standard for NAICS  is $38.5 million.  

The requirement is to for the renewal of the annual Knovel software subscription providing salient charcteristics listed below. 

CLIN              Requirement                                             Qty                 Unit of Issue
 0001               Knovel Subscription                                  1                      Each 

Salient Characteristics: 

1.Knovel provides a downloadable and vital interactive reference materials that further incorporates all subsequent updates within the annual subscription.

2. Knovel adds third party copyrighted references, manuals, and reports by creating fully-searchable and interactive electronic files that are not available elsewhere and serves as the "sole source" of over 95,000 interactive objects derived from static graphs, equations and tables found within their collection of copyrighted material. 

3. Knovel continually updates its collections by adding new titles and revisions as they become available from the publisher.  Knovel also has license agreements in place with all appropriate copyright holdes for its' copyrighted material.                                                           

The Knovel software includes 2 concurrent user license levels with unlocked access.  The Subject areas include: Aerospace & Radar Technology, Chemistry, Chemical Engineering, Earth Sciences, Optics and Photonics, manufacturing Engineering, and Safety & Industrial Hygiene. 

The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement.   The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.  

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.  The Government will use this information in determining its small business set-aside decision."  

As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. 

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). 

All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.  

Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. 

Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date.  If providing information for an "or equal", please submit specification/drawings, etc. for review to show it matches the salient characteristics. 

Responses may be submitted electronically to the following e-mail address:  [email protected]; by mail to 45 CONS/LGCB, Attn: FA2521-13-Q -B032, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax  to 321-4949516. 

RESPONSES ARE DUE NO LATER THAN 17 Jul 15 at 3:00 pm Eastern Time.

Bid Protests Not Available

Similar Past Bids

Edward North carolina 13 Sep 2011 at 2 PM
Location Unknown 17 May 2016 at 1 PM
Location Unknown 27 Feb 2009 at 11 AM
Ridgecrest California 03 Apr 2017 at 7 PM
New york New york 13 Nov 2012 at 7 PM