SPECIAL NOTICE
76 -- Library Online Design Subscription
- Notice Date
- 8/25/2023 1:22:27 PM
- Notice Type
- Special Notice
- NAICS
- 516210
—
- Contracting Office
- FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
- ZIP Code
- 78236-0119
- Solicitation Number
- FA805223LODS
- Response Due
- 8/28/2023 11:00:00 AM
- Archive Date
- 08/29/2023
- Point of Contact
- Dorothy Howe, Rene Boissiere
- E-Mail Address
-
dorothy.howe@us.af.mil, rene.boissiere.2@us.af.mil
(dorothy.howe@us.af.mil, rene.boissiere.2@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The 773d Enterprise Sourcing Squadron (773 ESS) intends to award a Firm-Fixed-Price (FFP) purchase order to a single source, EBSCO Industries, Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 30 September 2023. The period of performance (PoP) shall be from 30 September 2023 to 29 September 2026. PSC: 7630 NAICS: 516210 Small Business Size Standard: $47 million Subscription: Library Online Design Subscription Supplier: EBSCO Industries, Inc. Product Description: The 773d Enterprise Sourcing Squadron is seeking a library online design program subscription. The subscription needs templates that are available for print and email in order for the Department of the Air Force library to easily promote their collections, programs, and services. The templates can be used as-is or libraries can customize and create their own event flyers, newsletters, social posts, bookmarks, shelf talkers, and website widgets. The subscription should be designed to easily engage readers in the libraries� collections, programs, and resources.� The subscription needs to be able to work with the DoD Libraries program Novelist, thereby expanding what the DAF Libraries are able to promote in order to increase library usage. Product Characteristics an Equal Item Must Meet to Be Considered The product characteristics are listed below: 1.���������� Must communicate and interface with the Department of the Air Force Library 2.���������� Must provide ready-to-go print and email templates in order for libraries to easily promote their collections, programs, and services 3.���������� Must be able to provide templates that can be used as-is, or libraries can customize and create their own event flyers, newsletters, social posts, bookmarks, shelf talkers, and website widgets. 4.���������� The user interface needs to be customizable by users to meet the search preferences 5.���������� Needs to be able to apply limiters to expedite searching 6.���������� Needs to provide the option for a mobile application 7.���������� Must be able to provide password embedded URL�s for LibraryWorld Online Patron Access (OPAC) by Library World, Inc. 8.���������� Must work with current and upcoming library resources such as LibGuides, Stacks 9.���������� Must be able to interface with all four (4) DoD service branch libraries and Military OneSource websites using industry standard authentication methods to ensure only eligible patrons can access resources from any internet connected computer browsers and mobile devices. 10.������� Must work with contract point-of-contact to establish authentication methods to provide optimal accessibility for all eligible patrons. 11.������� Security between the Website and server must be Transport Layer Security (TLS) 1.3 12.������� Must be able to supply or allow retrieval of database usage statistics by Branch of Service (Air Force, Army, Marine Corps, Military OneSource/Other, and Navy) 13.������� Must have HTTP Strict Transport Security (HSTS) with long duration deployed on the servers to mitigate/prevent man-in-the-middle attacks 14.������� Website certificates should be RSA 2048-bits (SHA256withRSA) 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 by 28 August 2023, 1:00 PM, CST for 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 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 solely within the discretion of the Government.� �� Contractors Should Be Aware of the Following Information: 1.� Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. 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. 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. Company CAGE Code and UEI.� 2.� If this posting specifically references brand name products, offerors are encouraged to suggest products other than those specifically referenced.� Responses must address how the alternate product meets the product characteristics specified above. 3.� Submitted information shall be UNCLASSIFIED. 4.� Responses are limited to 10 pages in a Microsoft Word or PDF compatible format. Responses shall be e-mailed to Mr. Rene Boissiere at rene.boissiere.2@us.af.mil no later than 28 August 2023 at 1:00�PM CST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/20ebc5a6466a49139351f9f728960b64/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06807278-F 20230827/230825230100 (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 |