Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2020 SAM #6952
SOURCES SOUGHT

67 -- AFN-360-APP

Notice Date
12/9/2020 2:38:57 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
HQ DEFENSE MEDIA ACTIVITY FORT MEADE MD 20755 USA
 
ZIP Code
20755
 
Solicitation Number
HQ0516-FY-21-0009
 
Response Due
12/24/2020 4:00:00 PM
 
Archive Date
01/08/2021
 
Point of Contact
Jesus Feliciano, Phone: 9513177396
 
E-Mail Address
Jesus.m.feliciano6.civ@mail.mil
(Jesus.m.feliciano6.civ@mail.mil)
 
Description
� REQUEST FOR INFORMATION (RFI) AFN360 Audio Mobile and Web App Development and Support � RFI Tracking Number: HQ0516-FY-21-0009 � CONTRACTING OFFICE ADDRESS: Defense Media Activity - Riverside 23755 Z Street Riverside, CA 92518 The Defense Media Activity (DMA) is posting this RFI to gain information on the agency�s requirement for development of, and subsequent support for, AFN360 Audio Mobile and Web App to support the American Forces Network (AFN) mission.� The responses provided may be used by DMA to assist in budgetary planning and developing an acquisition strategy, Performance Work Statement, salient characteristics, and performance specifications.� Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.� Specific support is required to ascertain industry�s ability to furnish a cohesive digital audio platform comprised of a website and mobile app for the AFN360 suite of audio services for use outside the continental United States. In order to best provide a stateside-like user experience, the web and mobile user interface should mirror, as closely as possible, the current popular digital audio platforms in use in the United States.� This system is also intended to further AFN�s ability support both emergency messaging, and targeted advertising. The system shall comprise components that meet the required capabilities detailed later in this document. Vendors are encouraged to provide as much information as possible regarding their proven capabilities.� DMA representatives may choose to meet with respondents and others who express interest and hold one-on-one discussions.� Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and implementation risks. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Any organization responding to this notice should ensure that its response is complete and sufficiently detailed.�� Information provided will be used to assess availability of the anticipated requirement and may lead to the development of a solicitation.� Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. INSTRUCTIONS: � Respondents are encouraged to provide the following: A summary of the respondent�s capabilities relating to DMA�s requirements. Questions related to the RFI�s Required Capabilities. Any questions received and subsequent answers will be posted to https://beta.sam.gov/ for the benefit of all interested parties. An itemized budgetary estimate for a system capable of satisfying the RFI�s Required Capabilities. Itemized estimates are preferred should DMA need to adjust system specifications. � BACKGROUND � The Defense Media Activity (DMA) provides comprehensive internal and external information to the entire Department of Defense through all available media. DMA communicates messages and themes to the Secretary of Defense, Service Secretary and other DoD and Military Service through the medium of print, the worldwide web, radio and television in order to support and improve quality of life and morale, situational awareness, force protection and sustain readiness.� AFN provides U.S. radio and television news, information and entertainment programming to military service members, DoD civilians and their families overseas, and aboard U.S. Navy ships.� The effective implementation of the AFN360 digital audio streaming mobile and web platforms will support the American Forces Network (AFN) mission by contributing to the fulfillment of several objectives and initiatives found in the DMA Performance Plan Strategic Goal 3: Enhance our support to Joint Forces and DoD Components.� The DMA Contracting Office has purchased services of a similar nature in the past. � REQUIRED CAPABILITIES: Correlative mobile and web app available on iOS, Android, and Amazon devices, modern web browsers, smart TVs, and popular game consoles. Must support on-demand streaming, radio streaming, admin curated playlist streaming, and user curated/ custom playlist streaming. Must provide capability for content search, and recommendations based on user profile and preferences.� Must support user registration mode, and a �freemium� options.� Must provide customized user profiles for sponsor & dependents, and provide for parental controls. User interface must provide for �favorites� and �recently played�. Media player should contain no less than the standard controls � play, pause, stop, skip, replay, shuffle playlist, forward 10 sec., and backward 10 sec. Must provide mechanism for push notifications.� Must provide targeted image/banner advertising. Must provide capability to display rich metadata, and �now playing� information. Mobile app must be accessible via hands-free/ voice assist. Mobile app must pause for phone call, navigation, or notification. Must provide media CMS (content editing) Must provide mechanism to gather, organize and report user metrics and analytics. Must provide geo-blocking, and capabilities to whitelist specific IP addresses and/or ranges. Must provide capability for audience interaction services � polls, surveys, etc. � Additional Considerations: � Services: � The Contractor shall provide training services for AFN technical staff and app administrators.� Post launch, the Contractor shall provide 24/7 technical support via phone, email, and/or chat The Contractor shall participate in no less than three formal design reviews prior to system delivery. Regular, informal design communication via email or phone/ web conference is expected.� �The Contractor shall provide system drawings and mockups, a commissioning plan, and a transition plan intended to give AFN personnel a thorough understanding of how to transfer capabilities from the current system. REQUESTED INFORMATION: ����� a.�� Company�s Name, mailing address, phone number, fax number, company�s website, and e-mail of designated point(s) of contact. ����� b.�� Business Type:� Based upon North American Industry Classification System (NAICS) code 541511 - Custom Computer Programming Services.� Identify the type of entity (large business, small business, small disadvantaged, woman-owned, 8(a), HUBZone, service disabled veteran-owned, etc.). ����� c.�� Cage Code ����� d.�� Contractor�s past performance in meeting stated objectives/requirements, statement of qualifications to include information that clearly demonstrates the respondent�s capabilities, expertise and experience to perform the specific requirements contained in this RFI. ����� e.�� Contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) RESPONSE GUIDELINES: Vendors who wish to respond to this should send responses via email �NLT 24 december 2020, 4:00 PM Pacific Daylight Time (PDT) tojesus.m.feliciano6.civ@mail.mil or� thomas.r.arnholt.civ@mail.mil.� Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 10 pages, single-spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size, not including any manufacturer cut sheets or system block diagrams. Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI.� QUESTIONS: Questions regarding this announcement shall be submitted by e-mail to jesus.m.feliciano6.civ@mail.mil or� thomas.r.arnholt.civ@mail.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 4:00 PM (Pacific), 24 December 2020,4:00 PM, will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses. � DISCLAIMER:� This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary, as well as, subject to modification and is in no way binding on the Government.� FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI.� The Government does not intend to pay for information received in response to this RFI.� Responders to this invitation are solely responsible for all expenses associated with responding to this RFI.� This RFI will be the basis for collecting information on capabilities available.� This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI that is marked �Proprietary� will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed.� In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. PARTICIPATION IN THIS RFI IS STRICTLY VOLUNTARY AND FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES OR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED.� THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY ASSOCIATED COSTS AS A RESULT OF PROSPECTIVE OFFERORS INTEREST, RESPONSE OR PARTICIPATION IN THIS RFI.� ANY FORMAL SOLICITATION WILL BE ANNOUNCED AT A LATER DATE.� THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS REQUIREMENT AT ANY TIME DURING THE ACQUISITION PROCESS.�� ANY SOLICITATION RESULTING FROM THE ANALYSIS OF INFORMATION OBTAINED WILL BE POSTED TO THE PUBLIC IN FEDERAL BUSINESS OPPORTUNITIES IN ACCORDANCE WITH THE FAR PART 5.� HOWEVER, RESPONSES TO THIS NOTICE WILL NOT BE CONSIDERED RESPONSES TO A SOLICITATION.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47251cf0912b4f27a18fd0a843ddbfad/view)
 
Place of Performance
Address: Riverside, CA, USA
Country: USA
 
Record
SN05870540-F 20201211/201209230151 (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.