Intent to Award Sole Source AMS

SOL #: a47d057b3d554256b094e34d39355f9eSpecial NoticeSole Source

Overview

Buyer

WRIGHT PATTERSON AFB, OH, 45433-7541, United States

Place of Performance

Wright Patterson AFB, OH

NAICS

Periodical Publishers (513120)

PSC

Newspapers And Periodicals (7630)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 10, 2025
2
Action Date
Dec 20, 2025, 5:00 AM

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 Purchase order to a single source, The American Mathematical Society (AMS), under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 20 December 2025.  This action provides access to MathSciNet. The period of performance is January 1, 2026- December 31, 2026 with two option years.

FSC: 7630

NAICS: 513120

Size Standard:  1000

Subscription name:   MathSciNet

Supplier name: American Mathematical Society

Product description:

MathSciNet January 1, 2026 – December 31, 2026

MathSciNet January 1, 2027 – December 31, 2027

MathSciNet January 1, 2028 – December 31, 2028

Product characteristics an equal item must meet to be considered:

  • Full-text online access (where applicable) to books and book chapters, in either downloadable PDF or HTML format (PDF is preferred).
  • All graphical figures and citations of the original full-text books and book chapters must be available within the digital document (object) that stands for that article.
  • Search interface that includes numerous primary categories and ability to perform keyword and other specialized topical queries for effective searches.
  • Individual account creation for saved searches and alerts.
  • IP authentication (institutional multi-user, single campus subscription).
  • Librarian-accessible COUNTER-compliant usage data for searches and downloads.

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 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 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:

    1. Points of contact, addresses, email addresses, phone numbers.

    1. 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.

    1. 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.

    1. Company CAGE Code and/or UEI Number. 

  1. In your response, you must address how your product meets the product characteristics specified above.

  1. Submitted information shall be UNCLASSIFIED.

  1. Responses are limited to 10 pages in a Microsoft Word compatible format.

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 Ja’Quan Dangerfield at jaquan.dangerfield@us.af.mil  and Kerisha Wordlaw at kerisha.wordlaw.1@us.af.mil no later than 20 December 2025 at 12:00 PM EST.  Any questions should be directed to Ja’Quan Dangerfield through email. 

People

Points of Contact

Ja'Quan DangerfieldPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Special Notice
Posted: Dec 10, 2025
Intent to Award Sole Source AMS | GovScope