Opportunity
SAM #36C77626Q0088
VA Solicitation for Taylor and Francis Electronic Journal Subscriptions
Buyer
VA Patient Care Services
Posted
April 17, 2026
Respond By
May 01, 2026
Identifier
36C77626Q0088
NAICS
519290, 511140, 519130
The Department of Veterans Affairs Program Contracting Activity Central (PCAC) is seeking quotes for a one-year subscription to a collection of 18 Taylor and Francis web-based electronic journals for the Veterans Health Administration. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration - Program Contracting Activity Central, 6100 Oak Tree Blvd., Suite 490, Independence, OH - OEM Highlight: - Taylor and Francis (publisher of all requested journals) - Vendors: - Taylor and Francis (OEM) - Products/Services Requested: - 18 individual journal subscriptions, each with a quantity of 1 - Archives of Suicide Research Online (0001) - Brain Injury Online (0002) - Clinical Neuropsychologist (Online) (0003) - Disability & Rehabilitation Full Set (Pack) (0004) - International Journal of Audiology Online (0005) - International Journal of Speech & Language (0006) - Journal of Manual & Manipulative Therapy (0007) - Journal of Social Distress and Homelessness (0008) - Journal of Social Work Education Online (0009) - Journal of Social Work Practice (Online) (0010) - Journal of Substance Use Online (0011) - Military Behavioral Health Online (0012) - Occupational Therapy in Health Care Online (0013) - Physiotherapy: Theory & Practice Online (0014) - SMITH COLLEGE STUDIES IN SOCIAL WORK Online (0015) - SOCIAL WORK IN HEALTH CARE Online (0016) - SOCIAL WORK IN MENTAL HEALTH Online (0017) - SOCIAL WORK IN PUBLIC HEALTH Online (0018) - Unique/Notable Requirements: - All subscriptions must be web-based and provide electronic access - Set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) - NAICS code 519290 applies - Period of Performance: - 12 months from date of award - Place of Performance/Delivery: - United States (exact address TBD) - Contracting office located in Independence, OH
Description
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ, 36C77625Q0259. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05. This solicitation is set aside for Service-Disabled Veteran Owned Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 519290, with a small business size standard of 1,000 employees. The FSC/PSC is R605. The Department of Veterans Affairs, Program Contracting Activity Central, 6100 Oak Tree Blvd., Suite 490, Independence, OH 44131, is seeking an existing, commercial, off-the-shelf, web-based electronic collection of Mary Ann Liebert Journals as outlined in the below table. All interested companies shall provide quotations for the following: CLIN Description Quantity Unit of Measure Unit Price Total Price Period of Performance 0001 Mary Ann Liebert Journals - Journal of Women's Health 1 1 Year from Date of Award See Attached (SOW). Subscription and access must meet the requirements in the SOW. The contract period of performance shall be from the date of award for a base period of 12 months. Place of Performance/Place of Delivery Address: TBD Postal Code: TBD Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. Applicable Solicitation Provisions FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (MAR 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS Provisions incorporated by reference have the same force and effect as if given in full text. The full text is available upon request. Submission Requirements Offerors shall submit signed and dated offers to the specified office before the exact time specified. Offers may be submitted on SF 1449, letterhead, or as otherwise specified. Minimum requirements include: Solicitation number Time for receipt Offeror's name, address, and phone number Technical description of items Terms of any express warranty Price and discount terms Remit to address, if different Completed representations and certifications Acknowledgment of amendments Past performance info If not using SF 1449, a statement of agreement with all terms Period for Acceptance of Offers Offers must be held firm for 30 days unless otherwise specified. Product Samples When required, samples shall be submitted at no expense and returned upon request unless destroyed during testing. Multiple Offers Offerors are encouraged to submit multiple offers with alternative terms or products. Each will be evaluated separately. Late Submissions Late offers or modifications are generally not considered unless specific conditions are met. Contract Award The government intends to evaluate offers and award without discussions. The best terms from a price and technical standpoint should be included initially. The government reserves the right to conduct discussions if necessary. Multiple Awards The government may accept any item or group of items unless limited by the offeror. Requirements Documents Specifications and standards can be obtained from the GSA or other sources as specified. Unique Entity Identifier Offerors shall include their unique entity identifier and EFT indicator if applicable. Debriefing If a post-award debriefing is provided, certain information will be disclosed, including evaluation factors and rationale for award. Offeror Representations and Certifications Must be completed electronically via SAM at https://www.sam.gov/portal. Applicable Contract Clauses FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Services (DEC 2022) FAR 52.212-5, Contract Terms—Required Statutes and Orders (MAR 2023) <!-- Additional clauses omitted for brevity --> Option to Extend Services As prescribed in FAR 17.208(g), insert a clause similar to: 52.217-8, Option to Extend Services (Nov 1999) The government may extend services by written notice within 15 days, with a 30-day prior notice. The total duration, including options, shall not exceed 18 months. Evaluation and Award Evaluation will be based on technical capability and price, with the most advantageous quote selected. Responses should include your best terms and conditions. Instructions to Quoters Submit one copy of pricing and technical approach, excluding price sheet or past performance. Demonstrate understanding of all features in the SOW. Provide a firm-fixed price for each line item, matching the total in the evaluation table. Include documentation showing authorization to resell/distribute the journals. Include a statement regarding acceptance of terms and conditions. Questions and Submissions Questions are due by 1:00 PM EST, September 01, 2025, to Erich Hoffman at Erich.Hoffman@va.gov. Quotes are due by 1:00 PM EST, August 27, 2025, to the same email. Late submissions will not be considered. Point of Contact Erich Hoffman, Contract Specialist Email: Erich.Hoffman@va.gov