Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
SOURCES SOUGHT

76 -- ProQuest Journal subscriptions - Bill of Materials - Statement of Work

Notice Date
3/22/2017
 
Notice Type
Sources Sought
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
NASA Shared Services Center (NSSC), Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
 
ZIP Code
39529
 
Solicitation Number
NNX17ZXD009L
 
Archive Date
4/18/2017
 
Point of Contact
Nathan A. Carver, Phone: 2288136412, Marta Lyle, Phone: 2288136112
 
E-Mail Address
nathan.carver-1@nasa.gov, marta.l.lyle@nasa.gov
(nathan.carver-1@nasa.gov, marta.l.lyle@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Bill of Materials The National Aeronautics and Space Administration (NASA) Shared Services Center (NSSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for ProQuest subscriptions. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The ProQuest subscriptions Blanket Purchase Agreement (BPA) shall include the following requirements. Please see the attached Statement of Work (SOW) and Bill of Materials (BOM). The North American Industry Classification System (NAICS) code for this procurement is 519130 Internet Publishing and Broadcasting and Web Search Portals with a size standard of 1,000 employees. Since this is a sources sought notice, no evaluation letters and/or results will be issued to the respondents. Capability Statements shall be submitted electronically, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement, exclusive of the one page summary, shall not exceed 5 pages (including attachments) and shall contain a minimum font size of 12. Additionally, the Capability Statement shall list, at a minimum, 2 customer contacts covering the past 5 years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). Also include the number of years available in back issues and tokens. Visibility into the Agency's ProQuest subscriptions purchases and usages. An explanation as to how a transfer of publications and back issues would be available if the current winner is not selected after the period of performance has expired. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. To facilitate a prompt review, a one-page summary shall be included with your capability statement(s), which shall identify your company's specific capabilities that are relevant (and reflect the magnitude) to these requirements. The one page summary will not count against the page limit. The one page summary shall include: 1. Company's name, address, primary POC and telephone number 2. Size of business 3. Company's average annual revenues for the past 3 years and total number of employees 4. Ownership 5. Number of years in business 6. Company's Government size standard / type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business) 7. Affiliate information: parent company, joint venture partners, prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number 8. Applicable NAICS Code(s) 9. DUNS number and cage code 10. Letter from Publisher verifying reseller is a Value Added Reseller (VAR) This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Nathan.carver-1@nasa.gov no later than 11:00 a.m. CST, March 30, 2017. Please reference NNX17ZXD009L in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX17ZXD009L/listing.html)
 
Place of Performance
Address: Building 1111, Jerry Hlass Road, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN04443801-W 20170324/170322234712-593201bb443141738ede0fbd5ed4d196 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.