Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2021 SAM #7145
SOURCES SOUGHT

76 -- NOTICE OF SOURCES SOUGHT - O'Reilly Online Learning

Notice Date
6/22/2021 6:59:14 AM
 
Notice Type
Sources Sought
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
FA8604 AFLCMC PZI WRIGHT PATTERSON AFB OH 45433-7228 USA
 
ZIP Code
45433-7228
 
Solicitation Number
FA860421QB020
 
Response Due
7/7/2021 11:00:00 AM
 
Archive Date
07/22/2021
 
Point of Contact
Megan Porter, Ashley L. Collins
 
E-Mail Address
megan.porter.5@us.af.mil, ashley.collins.5@us.af.mil
(megan.porter.5@us.af.mil, ashley.collins.5@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 an FY21 base effort with one option year. The period of performance for this subscription is estimated 30 September 2021 � 29 September 2023. Responses to this sources sought notice will assist a determination of whether it is in the best interest of the Government to proceed with a competition. FSC: 7630 NAICS: 519130 Size Standard: 1,000 employees Subscription name: O'Reilly Online Learning Supplier name: O'Reilly Media, Inc. Product description: O'Reilly Online Learning (FKA New Safari Library) is an e-reference resource for technology and business professionals providing access to over 54,000 eBooks, videos, and tutorials featuring technology, digital media, and professional development topics. It also includes account administration to manage the 25,000 user seats for the AF, Army, Marine Corps, Military OneSource, and the Navy. Product characteristics an equal item must meet to be considered: Must be able to provide a learning platform and an on-demand digital library of research tools from professionally curated sources that offer trusted information eBooks, live training, videos, short-form content, on-demand tutorials, case studies, audiobooks, and evolving manuscripts that focus on leadership, business, management and project management, programming languages, software development, and computer networking Must be able to provide online research tools from professionally curated sources that offer trusted information eBooks, videos, and tutorials on such topics as coding, cybersecurity, and web design Must include over 43,461 eBooks, over 1186 Journals and over 1,032 article, 4,021 streaming videos, and 776 books & 148 videos on technology and professional test preparation Must be able to provide password embedded URL�s for access through Library OPACS Must be able to interface with the Air Force Portal, Army Knowledge Online (AKO), Marine Corps, Military OneSource, and Navy Digital Library (NDL) and the DoD Library Service Platform The Government will consider responses received within 15 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: 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 or DUNS Number.� 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. 4. Responses are limited to 10 pages in a Microsoft Word compatible format. 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 Megan Porter at Megan.Porter.5@us.af.mil and Ashley Collins at Ashley.Collins.5@us.af.mil no later than 7 July 2021, 2:00 PM EST.� Any questions should be directed to Megan Porter through email.� All responses should be received no later than 7 JULY 2021, 2:00 PM (Eastern).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/81c9be62e85d4ae7ae1287766e167dde/view)
 
Record
SN06039366-F 20210624/210623205100 (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.