Jane's Digital Subscription
ID: FA282325Q0030Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking to procure a digital subscription to Jane's military equipment databases and global security news sources. This subscription aims to enhance the F-35 Program Support and Coordination's access to critical intelligence regarding global threats, thereby supporting informed decision-making and operational effectiveness. The contract is anticipated to be awarded as a sole source, firm-fixed price agreement to Jane’s Group US LLC, covering the period from April 22, 2025, to February 20, 2028, with an expected award date of April 16, 2025. Interested parties may submit their capabilities by April 14, 2025, and should direct inquiries to Mrs. Stefanie Riseden at the provided contact information.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 5:09 PM UTC
The Air Force Test Center Installation Operational Contracting Division (AFTC/PZIOA) at Eglin Air Force Base intends to award a sole source, firm-fixed price contract to Jane’s Group US LLC for the provision of the Jane’s Online Database. The anticipated award date is set for April 16, 2025. The contract includes three separate contract line item numbers (CLINs) for the database, covering the period of performance from April 22, 2025, to February 20, 2028. The acquisition is justified under 10 U.S.C. 2302b for sole sourcing, as supported by federal regulations. Interested parties may submit information regarding their capabilities by 12:00 pm CST on April 14, 2025; however, this notice is not a request for proposals or quotes, and responses are for government consideration only. The NAICS code for this acquisition is 541519, with a size standard of $34 million as defined by the Small Business Administration. This action exemplifies the federal government's adherence to simplified acquisition procedures while engaging in a non-competitive procurement process.
Apr 10, 2025, 7:05 PM UTC
The AFTC Installation Operational Contracting Division at Eglin AFB, FL, plans to award a sole source contract to Jane’s Group US LLC for the procurement of the Jane’s Online Database, with multiple units outlined in the contract line items (CLIN). The scheduled award date is April 16, 2025, under the authority provided by 10 U.S.C. 2302b, which permits sole source acquisitions due to the absence of competition, supported by a FAR subpart 13.5 Sole Source Justification. The applicable NAICS code is 541519, with a size standard set at $34,000,000. The notice clarifies that it is not a request for proposals, and while input from potential vendors is encouraged, all responses must be submitted in writing and will help determine if competitive procurement is warranted. Questions should be directed electronically to a designated government representative by the specified deadline. This acquisition emphasizes the government's intent to secure a necessary service efficiently while observing regulatory compliance.
Apr 11, 2025, 3:13 PM UTC
The AFTC Installation Operational Contracting Division at Eglin AFB, FL, intends to award a sole source, firm-fixed price contract to Jane’s Group US LLC for providing the Jane’s Online Database. This acquisition is justified under 10 U.S.C. 2302b and FAR 13.501, with the estimated award date being April 16, 2025. Three contract line item numbers (CLIN) for the database are specified, each indicating a quantity of one. The notice emphasizes that this is not a solicitation request for proposals or quotations, and no solicitation package will be issued. Responses from other offerors will only be considered to determine whether a competitive procurement is warranted, with a deadline for inputs set for April 14, 2025, at 12:00 PM CST. Interested parties are encouraged to provide documentation to showcase their capabilities, with inquiries directed to a specified government contact. This document supports the government's procurement process, reinforcing the commitment to compliance through the utilization of specific government authorities for sole source contracts.
Apr 11, 2025, 5:09 PM UTC
The Department of the Air Force seeks a digital subscription to Jane's military equipment databases and global security news sources to enhance its understanding of current military and security trends. The subscription will allow the F-35 Program Support and Coordination (PSC) to access valuable intelligence relating to global threats. There are no known safety concerns with using this online service on properly secured NIPR computers, and logistical considerations are deemed minimal, as the subscription will be managed online. The services, which need to be operational by February 14, 2025, will include regular checks to ensure access to all necessary modules. The primary point of contact for this initiative is Mrs. Stefanie Riseden, an Intelligence Analyst with the PSC. Overall, this memorandum outlines the need for updated intelligence resources to support Air Force operations and decision-making.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Research Publications
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses to a Sources Sought notice for subscriptions granting access to peer-reviewed academic literature across various scientific and engineering disciplines. The objective is to support the missions of the Air Force Research Laboratory (AFRL) and associated entities by procuring comprehensive subscription services and permanent access to e-books and periodicals, with the capability for full-text downloads for offline use. This initiative is crucial for enhancing research and development efforts within the Air Force, with contracts anticipated to be awarded between June 2025 and December 2030. Interested parties must submit their responses by May 22, 2025, and direct all inquiries to Benjamin Spencer at benjamin.spencer.8@us.af.mil or Jessica Vetter at jessica.vetter.1@us.af.mil, ensuring to include "Library Subscriptions" in the email subject line.
F-35 Lightning II Lots 20-21 DCS
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Lockheed Martin Corporation for the provision of Drag Chute Systems for the F-35 Lightning II Lots 20-21. This procurement is critical as it supports the operational capabilities of the F-35 Joint Program Office, which is essential for maintaining advanced military aviation standards. The anticipated award date for this contract action is in the second quarter of calendar year 2026, and interested parties may submit capability statements to Nicole Lawrence at Nicole.Lawrence@jsf.mil within fifteen days of this notice. Small businesses seeking subcontracting opportunities should reach out to Stephen Collins at Stephen.1.Collins@lmco.com.
F-35 Lightning II Lots 20-21 SCP
Buyer not available
The Department of Defense, through the Naval Air Systems Command, intends to award a sole source contract to Lockheed Martin Corporation for the F-35 Lightning II Lots 20-21 Special Consent Panels. This procurement is critical as it involves specialized components necessary for the F-35 Lightning II program, which is vital for maintaining the operational capabilities of the U.S. military's advanced fighter aircraft. Interested parties have the opportunity to submit capability statements within fifteen days of this notice, although the contract is expected to be awarded in the second quarter of calendar year 2026. For further inquiries, Nicole Lawrence can be contacted at Nicole.Lawrence@jsf.mil, and small businesses interested in subcontracting should reach out to Stephen Collins at Stephen.1.Collins@lmco.com.
Solicitation for All-In-One Subscription
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals from qualified small businesses for an All-In-One Subscription service to provide web-based subscriptions, publications, and periodicals essential for its Strategic Materials analysts. The contractor will be responsible for managing subscriptions, including order placement, payment to publishers, and ensuring seamless access to the required materials, which are critical for the management of the National Defense Stockpile. This procurement, valued at approximately $1.94 million, is set aside for small businesses and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation methodology. Interested vendors must submit their proposals by May 5, 2025, and direct any inquiries to Cecilia Arrington at cecilia.arrington@dla.mil or Ronald Fairley at ronald.fairley@dla.mil.
F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Northrop Grumman Systems Corporation for the F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery. This procurement involves the inspection, verification, disassembly, packaging, handling, shipping, storage, and identification of Special Tooling (ST) and Special Test Equipment (STE) necessary for the F-35 program. The tooling and equipment are critical for maintaining the operational readiness and production capabilities of the F-35 aircraft. Interested parties may submit capability statements within fifteen days of this notice, with the anticipated contract award date expected in the third quarter of calendar year 2025. For inquiries, contact Joseph Delmontagne at joseph.delmontagne@jsf.mil or Farida Eady at farida.eady2@jsf.mil.
iPreflight Genesis Software Licenses
Buyer not available
The Department of Defense, specifically the United States Air Force, intends to award a sole source contract for the procurement of iPreflight Genesis software licenses from Aircraft Performance Group, LLC. This software is essential for the 99th Airlift Squadron, providing offline access to electronic takeoff and landing data (eTOLD) for the C-37A/B fleet, enabling pilots to make real-time adjustments based on changing conditions without internet connectivity. The iPreflight Genesis application is the only software approved by Gulfstream and compliant with FAA airworthiness requirements, ensuring safety and operational efficiency for airlift missions. Interested parties may submit capability statements by May 16, 2025, to the primary contacts, Darya Macmillan and Byron Howard, via email, as the government will not entertain competitive proposals for this procurement.
AIRCRAFT, F-5, FREEDOM FIGHTER, QUADRANT ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of the F-5 Freedom Fighter Quadrant Assembly, identified by NSN 2995-011214809. This contract, set aside for small businesses, requires the delivery of three units within a production schedule of 365 days, with specific government testing and configuration control requirements applicable. The F-5 assembly is classified as a Critical Safety Item for the Air Force, emphasizing its importance in maintaining operational safety and readiness. Interested vendors must submit their proposals to Jenier Mitchell via email at jenier.mitchell@dla.mil, with the solicitation expected to be issued around April 11, 2025, and evaluated based on price and past performance.
Vendor-Specific Supply Chain Risk Information Licenses
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for four licenses of Vendor-Specific Supply Chain Risk Information Software to enhance risk identification and management within its supply chain operations. The software must provide comprehensive data on organizations, including financial health assessments, operational risks, and corporate hierarchies, ensuring informed decision-making in compliance with federal regulations. Proposals are due by 3:00 PM EST on April 28, 2025, and must be submitted via email to the primary contacts, Meredith Setterfield and Lisa Belew, at their respective email addresses. The anticipated award date for this contract is May 5, 2025.
Brand Name - Mathworks LicenseRenewals
Buyer not available
The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.
F-16 MIL-STD-1553 Databus Upgrade Single Award IDIQ Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 MIL-STD-1553 Databus Upgrade through a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) acquisition. The primary objective of this procurement is to secure a contractor for the development, integration, accreditation, and delivery of four initial prototypes for a databus upgrade solution, which is crucial for enhancing the cybersecurity measures of the F-16 aircraft. This acquisition is a 100% small business set-aside under NAICS code 334412, with an estimated contract value of $9.9 million and an anticipated award date in September 2025. Interested vendors must submit a controlled document access request through SAM to obtain the necessary secure attachments, and proposals are due by May 2, 2025; for further inquiries, contact Laurie Auernig at laurie.auernig@us.af.mil or Marcella Iverson at marcella.iverson@us.af.mil.