Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2024 SAM #8222
SOURCES SOUGHT

76 -- DODL Additional Library Digital Content

Notice Date
5/30/2024 7:10:05 AM
 
Notice Type
Sources Sought
 
NAICS
516210 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA8052PRE0725
 
Response Due
6/13/2024 10:00:00 AM
 
Archive Date
06/28/2024
 
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 1 year effort. The projected period of performance for this subscription is: Base Year: 01 Sept 2024 � 31 Aug 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: 7630 NAICS: 516210 � Media Streaming Distribution Services, Social Networks, and Other Media Networks and Content Providers Size Standard: $47M Subscription name: DODL Additional Library Digital Content Description: The Department of Defense Library has a requirement for a subscription database that provides downloadable e-books, audio books, and movies on the OverDrive platform to meet mission needs. This system must be able to interface with the DODL database websites, provide downloadable material for collection materials such as e-books, e-videos, audio books, e-music including new releases, current best sellers, and back catalog for the Overdrive Digital Platform. Security between the Website and server must be Transport Layer Security (TLS) 1.3 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). Must have HTTP Strict Transport Security (HSTS) with long duration deployed on the servers to mitigate/prevent man-in-the-middle attacks. Website certificates should be RSA 2048-bits (SHA256withRSA). Must be able to provide a login system for customers that meets the needs of active duty users and their dependents as well as retirees. VCL must be able to test the platform to evaluate if it meets requirements. Must provide username and password to view content on platform. 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 shall be emailed to Jennifer Flores at jennifer.flores.21@us.af.mil no later than 13 June 2024, 12:00 PM CDT. Any questions should be directed to Jennifer Flores through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7670048385ac4e74960e215f1cfcee17/view)
 
Record
SN07081849-F 20240601/240530230101 (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.