SOLICITATION NOTICE
76 -- Language Learning Platform
- Notice Date
- 9/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-18-Q-5081
- Point of Contact
- LESLEY MARIE DOOLEY, Phone: 9372557854
- E-Mail Address
-
LESLEY.DOOLEY@US.AF.MIL
(LESLEY.DOOLEY@US.AF.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. FAR Part 13 procedures are being utilized. The Government reserves the right to award without discussion. •The solicitation document, FA8604-18-Q-5081, is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99. •The associated NAICS code is 519130; small business size standard is: 1000. •This requirement is for the following commercial supplies: CLIN Item Description LOT 0001 Language Learning Platform 1 Further information for each CLIN is provided below. Electronic access to the subscription shall be provided for the period of 30 September 2018 to 29 September 2019. A Firm Fixed Price (FFP) purchase order is anticipated. Requirement Description: Air Force Library Resource Centers (LRC) are seeking a one-year subscription to a language learning platform that can be accessed online on computers and mobile devices 24/7 by registered LRC patrons. Language lessons must provide multiple learning delivery formats including audio, visual and text. Instruction method should be research-based developed curriculum for beginner to advanced level learners. Seeking minimum languages available for patrons to include all foreign languages offered in secondary or higher education in the U.S., and the following: Arabic, modern Arabic, Pashto, and Dari. Curriculum that can be used by Native American English speakers and non-native English speakers desired. Monthly statistics on usage (language & unique users) must be available online for admins. The subscription: 1. Must be able to provide under CLIN 0001 a Language Learning Platform which meets the following minimum characteristics. a. Needs to be flat fee payment for unlimited simultaneous access for up to 8000 registered Air Force Learning Resource Center (LRC) patrons. b. Platform must be accessible worldwide 24/7 on any internet connected computer and mobile devices. c. Must be language teaching delivery in text, visual (video/photo) and audio formats for self-paced eLearning. d. Must have evidence of curriculum development using current research based teaching methodologies for beginners to advanced language learning, not a translation program. e. Needs to have curriculum suitable for native and non-native American English speakers. f. Needs to have curriculum for English as a second language. g. Must have at minimum languages offered to include foreign languages typically found at universities in U.S. and also the following: German, Italian, Spanish, Farsi, Arabic, African Languages, Japanese, Korean, Arabic, modern Arabic, Pashto and Dari. h. To meet minimum language requirement more than greetings and menu reading is required for that language. i. Needs to have setup and support for authentication for registered LRC patrons to include SIP2 or EZproxy and library card number/pin API integration with ILS (Book System, Atriuum). j. Must include analytical statistics on usage of languages studied, unique users and usage dates with downloadable PDF/Excel reports accessible online or provided monthly via email. This is not a brand name requirement as offerors are encouraged to offer products other than those specifically referenced by brand-name. The Government reserves the right to select all, part, or none of the separately priced efforts contained in each contractor's quote in response to this solicitation. If a contractor is only able to provide a portion of the supply, this should not preclude them from submitting a quote. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. If there is any conflict between 52.212-1 and this combined synopsis/solicitation, the combined synopsis/solicitation shall take precedence. The quote shall include a description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents if necessary. If an offeror requires an end use license agreement, this shall be included in the quote. The quote may include past performance information, but it is not required. The CO is also requesting electronic access to the offered products for three (3) days. Please include instructions to obtain this access. The access provided is strictly for evaluation purposes only. The Government shall not receive a benefit from the three day access. This will be used if the selection cannot be made based on the vendors quote alone. It may also be used to verify the content in the quote. The provision at 52.212-2, Evaluation--Commercial Items, does NOT apply to this effort. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Price 3. Past performance (when applicable) The relative importance assigned to each evaluation factor is not provided, in accordance with FAR 13.106-1(a)(2). Comparative evaluations of offers will be conducted to determine which product is most advantageous to the Government, price and other factors considered. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items applies to the acquisition. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. FAR 52.212-3 (b) (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (b)(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] If an Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision (Attachment # 1). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (Attachment #2). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (See Attachment # 3 to see which clauses are applicable to this acquisition.) Additional Terms that apply to this acquisition: 1. Advanced payments are authorized with invoice. 2. Anticipated Award Date is: 30 September 2018. 3. This is a notice that this order is a total set-aside for small business concerns. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award at this time. Quotes are due by 1400 (2:00PM ET), 18 SEPT 2018. Quotes and supporting documentation shall be sent via email to lesley.dooley@us.af.mil & joelynn.laux@us.af.mil. Any questions regarding this acquisition should be directed to Lesley Dooley at (937) 255-7854 or via the above email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-Q-5081/listing.html)
- Record
- SN05073981-W 20180907/180905231542-fffea7b50a6c0e19663672e6c3a3e9c9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |