Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2022 SAM #7552
SOURCES SOUGHT

76 -- Sources Sought OverDrive Universal Class

Notice Date
8/2/2022 10:49:57 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
FA8604-22-Q-B030
 
Response Due
8/17/2022 11:00:00 AM
 
Point of Contact
Melissa Sanders, Eric A. Johnson
 
E-Mail Address
melissa.sanders.5@us.af.mil, eric.johnson.93@us.af.mil
(melissa.sanders.5@us.af.mil, eric.johnson.93@us.af.mil)
 
Description
Sources Sought Synopsis 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 FY22 base effort with four (4) possible option year periods through 2027. The base period of performance for this subscription is 30 September 2022 � 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: Over Drive Universal Class/Instructional Database � Supplier name: Overdrive, Inc. Product description: DoD Library Consortium requires a supbscription to an instructional courses database. OverDrive database Universal Class would be a resource that meets the needed requirement in an accessible database. This database supports the educational and quality of life mission of DoD MWR Libraries. Product characteristics an equal item must meet to be considered: Must be able to provide lifelong learning courses in at least 30 different subject areas� Database must provide access to at least 500 educational courses Courses must be designed and led by professional instructors Database must include videos, assignments, quizzes, tests, and options for social media interaction with other students and instructor(s) Courses must be self-paced Must offer Continuing Educational Unit (CEU) courses; one course approximately 10 hours per CEU credit Database must be International Association for Continuing Education and Training (IACET) certified for all courses Must offer video auditing of at least 300 courses for review without assignments, tests, or certification that can be switched to the DEU course at any time Must offer a variety of courses from technical courses on computer software to digital photography to babysitting 101 Must allow enrollment in up to five courses at a time with six months to complete each course Must provide detailed statistics to track course topics enrollment Must provide free staff training and complimentary marketing services. Must be able to interface with all 4 service branch library 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. Must work with contract POC to establish authentication methods to provide optimal accessibility for all eligible patrons. 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) 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: 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 Unique Entity Identifier 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 of 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 Melissa Sanders at melissa.sanders.5@us.af.mil and Eric Johnson at eric.johnson.93@us.af.mil no later than 17 August 2022, 2:00 PM EST.� Any questions should be directed to Melissa Sanders through email (please cc Eric Johnson on all correspondence). ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f663dcf00cd845c69a79227b3e795445/view)
 
Record
SN06411759-F 20220804/220802230126 (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.