SOURCES SOUGHT
70 -- USAFA Chemical Compound Database Sources Sought
- Notice Date
- 12/9/2025 12:28:40 PM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA700026CCDSS
- Response Due
- 12/16/2025 1:00:00 PM
- Archive Date
- 12/17/2025
- Point of Contact
- Katlyn Blacksten, Phone: 7193333142, April Delobel
- E-Mail Address
-
katlyn.blacksten@us.af.mil, april.delobel.1@us.af.mil
(katlyn.blacksten@us.af.mil, april.delobel.1@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a SOURCES SOUGHT (SS) for the upcoming United States Air Force Academy (USAFA) Chemical Compound Database acquisition. This SS is for information and planning purposes only and does not constitute a solicitation or a commitment by the Government. DO NOT submit a quote or proposal in response to this SS. Information provided in response to this SS/RFI is strictly voluntary. There will be no compensation from the Government for the information provided. A formal solicitation may be executed at a future date. Market research is being conducted on businesses capable for providing a Chemical Compound Database for the USAFA McDermott Library. The North American Industry Classification System (NAICS) Code proposed is 513210. The size standard is $47 Million. The Chemical Compound Database must possess the following salient characteristics: - Organic and inorganic substances - DNA and protein sequences - Experimental properties and properties predicted by state-of-the-art technology, - 13C and 1H NMR spectra and mass spectra, - Bioactivity and target indicator (protein, enzyme, glycoprotein, etc.) information, - Regulatory information, - Substances found in patents, - Journals and reputable web sources from around the world, - Single- and multi-step reactions from journals and patents, - Experimental procedures with content from; -- All ACS publication journals, Springer, Taylor and Francis publications and English, German and Japanese (translated to English) language patents from authorities such as USPTO, EPO, JPO and WIPO - Reaction conditions (time, temperature, pressure, yields, etc.), - Descriptions of catalysts, solvents and yields, - Reactions from 1840-present, - Access to information from clinical trials, - Instant access to hard-to-find chemistry in full-text patents, and - Information covering organic and inorganic chemistry, biochemistry, applied and physical chemistry, biology, medicine, engineering, material science, agricultural science. - Must be searchable by molecule. Must be a searchable database that displays information from: - 50+ million references from such sources as journals, patents, technical reports, books, conference proceedings, and dissertations, with continuous coverage back at least 100 years. - Include content from the Medline database (25+ million biomedical references) - Searchable by name, CAS registry number, or by structure/substructure using a chemical structure editor. - 150+ million organic and inorganic substances - Associated experimental and predicted property data for substances - 120+ million reaction and synthetic preparation data, searchable by reaction structure or retrieved by substance record - Detailed reaction conditions and experimental procedures - Information, pricing, and availability for commercially available chemicals - Regulatory information on 350,000+ chemical substances from regulatory inventories and lists - 1+ million searchable Markush representations from patents The contract type will be a firm-fixed price contract. Delivery is FOB: Destination to USAF Academy, CO 80840. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, and System for Award Management expiration date. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Email your responses to Katlyn Blacksten, Contract Specialist, at katlyn.blacksten@us.af.mil AND April Delobel, Contracting Officer, at april.delobel.1@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: 1400 MST 16 December 2025 This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation (FAR), the Government is conducting market research to determine the availability and adequacy of potential business sources in providing the capabilities to meet the requirements of the Government. This Sources Sought does not constitute a solicitation for bids or quotations, and it is not to be construed as a commitment by the Government. All information submitted by respondents to this request is strictly voluntary. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b30b5ee3f909459c992bf187df32e5fb/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN07661451-F 20251211/251209230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |