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 -- DAF Online Content Management

Notice Date
3/5/2024 9:20:09 AM
 
Notice Type
Sources Sought
 
NAICS
513130 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA860423P0041
 
Response Due
3/19/2024 2:00:00 PM
 
Archive Date
04/03/2024
 
Point of Contact
Gustavo Guadron, Jackelin Guerrero Funes
 
E-Mail Address
gustavo.guadron@us.af.mil, jackelin.guerrero_funes@us.af.mil
(gustavo.guadron@us.af.mil, jackelin.guerrero_funes@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 a projected period of performance of�30 September 2024 � 29 September 2025. 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 Size Standard: 1000 employees Subscription name: DAFL � Online Content Management Description:�LibGuides a Library content management system. Enables Librarians to curate and share information and resources for both internal staffing and external customers in digital guides. Create subject, course or topic guides with the ability to add, reuse, share content and get guides and best practices from a shared LibGuides community. Manages database lists and information. Conduct library instruction programs. DAF Libraries is unable to move their current guides to another platform. Product characteristics an equal item must meet to be considered: Enables Librarians to curate and share information and resources for both internal staffing and external customers in digital online guides Create subject, course or topic guides with the ability to add, reuse, share content and get guides and best practices from a shared community Must provide features can be used to create robust guides or can function as a standalone website Must be able to provide single access point authorization for multiple content providers including: EBSCO, Gale/Cengage, ProQuest, and Overdrive, etc. Includes fine-tuned access controls, content protections (IP ranges, passwords), groups for better organization, additional A-Z Database management, additional account levels, & granular user permissions. Must be able to provide additional products that integrate into LibGuides such as LibWizard Lite a forms/survey builder, LibCalendar, etc. Provide continually updated staff training / how-to�s for creating guides and using LibGuides. Real-time insight into usage, including hits on guides and individual assets. Drill down to individual guide reports to see how many times guides were accessed each month. Produce reports detailing the success of programs. Include built-in link checker, database management, promote guides and other library social media. Detailed statistics such as # of user sessions, browser and OS breakdown including mobile devices, search terms stats, referring URLs, and more. Must be able to create accounts and guides under the VCL account for 50 libraries located worldwide. Must be able to create logins and multiple editor/admin levels for accessing and editing guides. Must be able to create guides that have different layers of access by customers � private, password protected and open access to anyone to public. Must be able link created guides with other DoD and DAF libraries resources such as EBSCO Stacks. VCL must be able to test the platform to evaluate if it meets requirements. The Government will consider responses received within 14 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 should be emailed to Contracting Specialist: Gustavo Guadron, Gustavo.Guadron@us.af.mil no later than 19 March 2024, 4:00 PM CDT. Any questions should be directed to Gustavo Guadron through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b1351c1f18914b93b77c8e31ee1f5680/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06986849-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.