Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2024 SAM #8136
SOURCES SOUGHT

76 -- DAFL Youth Book Point Plan

Notice Date
3/5/2024 1:44:15 PM
 
Notice Type
Sources Sought
 
NAICS
513130 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA805224PRE200
 
Response Due
3/15/2024 2:00:00 PM
 
Archive Date
03/30/2024
 
Point of Contact
Jennifer Flores, Dorothy Howe
 
E-Mail Address
jennifer.flores.21@us.af.mil, dorothy.howe@us.af.mil
(jennifer.flores.21@us.af.mil, dorothy.howe@us.af.mil)
 
Description
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 FY24 base effort with two (2) one-year options. The projected period of performance for this subsciption is: Base Year: 01 May 2024 � 30 April 2025 Option Year 1: 01 May 2025 � 30 April 2026 Option Year 2: 01 May 2026 � 30 April 2027 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: 7610 NAICS: 513130 � Book Publishers Size Standard: 1000 employees Subscription name: DAFL Youth Book Point Plan Description: The purpose of this requirement is to procure a book point plan for books requested throughout the year by the Department of the Air Force Libraries worldwide. The Point Plan must provide books in hardback, paperback, uncovered, and covered, and in audio. Book selection will be done by the VCL Office and will be shipped to over 75 libraries. Product Characteristics an equal item must meet to be considered: Must be able to provide materials for collection development in a book format . The vendor must provide reliable monthly selection lists ensuring that selections will be new release or high demand titles. The customer also desires the ability to select older titles that may not be on the selection lists Must be able to provide material of new releases, current best sellers as well as a back catalog of older material Requires access to the vendor's pre-publication lists with advance notice of new releases, and access to information about other titles available. Must be able to provide adult, youth and children content General content: all genres (for example: drama, comedy, mystery/thriller, fantasy/ science fiction, action/adventure, animation, foreign language); non-fiction and fiction on general topics (for example: biography, travel, history, military, personal development, health and psychology) Shall provide a multi-tier web-based system for review and selection. The system shall offer access to information about publications such as reviews, selection lists, release dates, publisher's list prices, book covers, descriptions, etc. Librarians shall have their own unique logins to select items, build carts, and submit selections to the Contractor, or notifications to the ordering officer, who will then submit the selections to the Contractor. Must provide books in hardback, paperback un/covered, and audio formats Must have selected books to be shipped up to 75 libraries Must be able to offer ordering through an online ordering system Must shipped in-stock titles within 48 hours of submitted order Must be able to provide MARC (MAchine-Readable Cataloging record) records for selected books to be downloaded by library to input into DoD Integrated Library System. Must also provide RDA (Resource Description & Access) record when available for selected books meeting AACR2r (Anglo-American Cataloging Rules, 2nd Edition, Revised) standards are cataloging. Must be able to provide order history and status for each account. Must be able to dedicate customer service representative to resolve all service issues 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. 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. No international shipping is required. Cost of shipping to be included in quote. No technical or physical processing is required VCL must be able to test the platform to evaluate if it meets requirements The Government will consider responses received within 10 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 Jennifer Flores at jennifer.flores.21@us.af.mil no later than 15 March 2024, 4:00 PM CDT. Any questions should be directed to Jennifer Flores through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f375f6a21f4045b4ba930284f903dbd0/view)
 
Record
SN06986847-F 20240307/240305230057 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.