Federal Bid

Last Updated on 30 Jun 2018 at 8 AM
Sources Sought
Location Unknown

Source Sought - Baker & Taylor Book Plans, Audio Plans, and DVD Subscription Plans

Solicitation ID FA8604-18-Q-5038
Posted Date 30 May 2018 at 4 PM
Archive Date 30 Jun 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
 Sources Sought Synopsis

This is a Sources Sought Synopsis published by the United States Air Force (the Government or USAF). There is no solicitation available at this time. Requests for a solicitation will not receive a response. The purpose of this sources sought notice is to conduct market research to determine whether there are businesses available capable of providing an alternative product that meets the characteristics below. The Air Force anticipates procuring this product as a FY18 base effort with no option years. The period of performance for this subscription is 30 September 2018 - 29 September 2019. Responses to this sources sought notice will assist a determination of whether it is in the best interest of the Government to conduct a sole-source acquisition or to proceed with a competition.

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

The Government will consider responses received within 30 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 competes 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:

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. 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 of 10 pages in a Microsoft Word compatible format.

Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals 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 Nicole Cantrell at [email protected] and Joelynn Laux at [email protected] no later than 29 June 2018, 2:00 PM EST. Any questions should be directed to Nicole Cantrell through email.

All responses should be received no later than 29 June 2018, 2:00 PM (Eastern).

Bid Protests Not Available

Similar Past Bids

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
Wright patterson air force base Ohio 09 Aug 2021 at 11 AM
Wright patterson air force base Ohio 03 Aug 2021 at 7 PM

Similar Opportunities

New mexico 12 Jul 2025 at 4 AM
Charleston South carolina 09 Jul 2025 at 8 PM
New mexico 31 Jul 2025 at 4 AM