SPECIAL NOTICE
76 -- Overdrive
- Notice Date
- 8/21/2023 8:07:36 PM
- Notice Type
- Special Notice
- Contracting Office
- FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
- ZIP Code
- 78236-0119
- Solicitation Number
- FA805223PRE034-23
- Response Due
- 8/28/2023 1:00:00 PM
- Archive Date
- 08/29/2023
- Point of Contact
- Ernest Medina, Dorothy Howe
- E-Mail Address
-
ernest.medina.2@us.af.mil, dorothy.howe@us.af.mil
(ernest.medina.2@us.af.mil, dorothy.howe@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The 773d Enterprise Sourcing Squadron (773 ESS) intends to award a Firm-Fixed-Price (FFP) purchase order to a single source, National Fire Protection Association Inc., under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 15 September 2023. The period of performance (PoP) shall be from 15 September 2023 through 14 September 2024.� PSC: 7630 NAICS: 516210 Small Business Size Standard: $47M Subscription: OverDrive Supplier: OverDrive, Inc Product Description: The AFSVC is seeking potential sources that can provide subscription database that encompass a collection of resources for educational and recreational use via streamed or downloadable e-books, e-videos, e-audiobooks, and e-music including new releases, and current best sellers. The resources must not only interface with the Department of the Air Force portal for active duty users, but the subscription database must also provide a login system for active duty dependents and retirees and provide instantly accessible digital information on the OverDrive platform. Product Characteristics an Equal Item Must Meet to Be Considered: Must be able to provide downloadable material for collection materials such as e-books, e-videos, e-audiobooks, e-music including new releases, current best sellers, and back catalog for the Overdrive Digital Platform. Must be able to interface with the DAFL database website 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 provide a login system for customers that meets the needs of active duty users and their dependents as well as retirees 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 informationreceived 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: 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 and UEI. 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. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word or PDF compatible format. Responses shall be e-mailed to Mr. Ernest Medina at ernest.medina.2@us.af.mil and Ms. Dorothy Howe at dorothy.howe@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c23f2ccee49641339653e70468c2089b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06799004-F 20230823/230821230049 (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 |