Elsevier, Inc. - Scopus / SciVal Subscription
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
NOTICE OF INTENT TO AWARD SOLE SOURCE
The United States Air Force (the Government) intends to issue a Firm-Fixed-Price order to a single source; Elsevier, Inc., on or about 31 December 2025. The period of performance (PoP) will run from 01 January 2026 through 31 December 2026.
PSC: 7630
NAICS: 519210
Size Standard: $21M
Subscription Name: Scopus / SciVal
Supplier Name: Elsevier, Inc.
Product Description:
The Air Force Research Laboratory (AFRL) Library Council, which includes all eight AFRL technical directorates, the Air Force Office of Scientific Research (AFOSR) and AFIT, requires unlimited, simultaneous access to peer-reviewed, academic literature in a wide array of scientific fields and engineering disciplines. Additionally, the Library Council requires the ability to download full-text content for offline use and access to the content from any AFRL location as well as compatibility with the EZproxy authentication service employed by AFRL. AFRL locations include: Arlington, VA; Edwards AFB, CA; Eglin AFB, FL; Fort Sam Houston, TX; Kirtland AFB, NM; Rome Research Site, NY; and Wright-Patterson AFB, OH.
Quantity PoP DESCRIPTION
1 Calendar Year 2026 Scopus / SciVal Subscription
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 3 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:
- Points of contact, addresses, email addresses, phone numbers.
- 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.
- Identification of any other socioeconomic status (Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone).
- Company CAGE Code or DUNS Number.
- In your response, you must address how your product meets the product characteristics specified above.
- Submitted information shall be UNCLASSIFIED.
- Responses are limited to 10 pages in a Microsoft Word compatible format.
Responses should be emailed to Glenn Wellman at glenn.wellman@us.af.mil no later than, 25 December 2025, 5:00 PM EST. Any questions should be directed to Glenn Wellman through email.