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 FY25 base effort.
The projected period of performance for this subscription is:
Base Year: 03 September 2025 – 02 September 2026
Responses to this sources sought notice will assist in a determination of whether it is in the best interest of the Government to proceed with a competition.
FSC: AF11
NAICS: 424920 – Book, Periodical, and Newspaper Merchant Wholesalers
Size Standard: 200 employees
Subscription name: DAFL Remote and Isolated Magazine Kits
Description: Subscription Kits for remote and isolated locations. The purpose is to procure kits, providing magazines to remote and isolated locations. This will be 1 boxed kit each for 80 locations monthly. Each box kit will contain a preselected list of journals/magazines published monthly/bimonthly, all locations receiving the same magazines each month. DAF Libraries is looking for an established distributor of magazines in the library and commercial marketplace.
Product Characteristics an equal item must meet to be considered:
1. Must be able to provide magazine subscription kits for locations world-wide
2. Each kit should include the following titles for 80 locations: Air Force Times, Kiplingers Personal Finance, Southern Living, People Magazine, Men’s Health, PC Gamer, Rolling Stone, National Geographic Magazine, Runner’s World, Shape, Sports Illustrated, Women’s Health, Wired
3. Firm-Fixed Price Order
4. Selections shall be allowed at a minimum once a month
5. Items received in error or in unacceptable condition shall be replaced and shipped to the customer at no additional cost. Return of such items shall not be required.
6. Shipping shall be via U.S. Postal Service First Class and Priority Mail, UPS, FedEx Ground, or similar to APO addresses, either New York, NY or San Francisco, CA. International shipping is not required.
7. No technical or physical processing is required
8. The vendor shall ship items on a monthly basis. Kits must be packaged and labeled separately for each location.
9. Must be able to dedicate customer service representative to resolve all service issues
The Government will consider responses received within 14 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 UEI.
e. Capabilities Statement
2. This requirement is not intended for specific brand name products. Offerors are encouraged to suggest products other than those that may be specifically referenced by brand name. Responses must address how alternate product meet the product characteristics specified above.
3. Submitted information shall be UNCLASSIFIED.
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 shall be emailed to Courtney Perry at courtney.perry.5@us.af.mil no later than 30 July 2025, 4:00 PM CDT. Any questions should be directed to Courtney Perry through email.