SOLICITATION NOTICE
76 -- INTENT TO AWARD SOLE SOURCE - Freegal Music and Streaming Subscription
- Notice Date
- 8/10/2022 6:15:33 AM
- Notice Type
- Presolicitation
- 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
- FA860422QB021
- Response Due
- 8/15/2022 11:00:00 AM
- Point of Contact
- Melissa Sanders, Ashley L. Collins
- E-Mail Address
-
melissa.sanders.5@us.af.mil, ashley.collins.5@us.af.mil
(melissa.sanders.5@us.af.mil, ashley.collins.5@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Library Ideas, LLC, under the authority of AFFARS 5313.501(a)(1)(ii), 10 U.S.C. 2302b, Implementation of Simplified Acquisition Procedures (41 U.S.C. 1901), on or about 30 September 2022.� The period of performance (PoP) shall be from 30 September 2022 � 29 September 2023.� FSC: 7630 NAICS: 519130 Size Standard: 1,000 employees Subscription name: � Freegal Music and Streaming Supplier name: Library Ideas, LLC Product description: Freegal is a music streaming service which allows the downloading of music with no software to download, and no digital rights management. Product characteristics an equal item must meet to be considered: Music catalog must contain over 15 million songs Must provide service of unlimited simultaneous and aggregate usage for a flat annual fee Must provide mobile apps for Apple and Android devices Content must be ad free, available worldwide, and provided in a multi-language interface Must be able to interface with all four (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) 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 Services Platform This notice of intent is not a request for competitive quotations.� However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government.� The Government will consider responses received within 5 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 decides to compete 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 solely within the discretion of the Government.� �� Contractors should be aware of the following information: 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. If this posting specifically references brand name products, offerors are encouraged to suggest products other than those specifically referenced. �Responses must address how the alternate product meets the product characteristics specified above. � � � � �3.� Submitted information shall be UNCLASSIFIED. � � � � 4.� Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Melissa Sanders at melissa.sanders.5@us.af.mil and Ashley Collins at ashley.collins.5@us.af.mil�� no�� later�� than�� 15 August�� 2022,�� 2:00�� PM�� EST. Any questions should be directed to Melissa Sanders through email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3a3b48c4fc4f4d4bad346ae4c2760f45/view)
- Record
- SN06422064-F 20220812/220810230124 (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 |