SOLICITATION NOTICE
76 -- Teachables and Flix
- Notice Date
- 9/11/2024 10:08:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 516210
—
- Contracting Office
- FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
- ZIP Code
- 78236-0119
- Solicitation Number
- FA8052PRE0738
- Response Due
- 9/20/2024 2:00:00 AM
- Archive Date
- 10/05/2024
- Point of Contact
- LaTasha Boyd, Ernest Medina
- E-Mail Address
-
latasha.boyd@us.af.mil, ernest.medina.2@us.af.mil
(latasha.boyd@us.af.mil, ernest.medina.2@us.af.mil)
- Description
- Combined Synopsis/Solicitation Teachables and Flix 773 Enterprise Sourcing Squadron Joint Base San Antonio (JBSA) Lackland, TX 78226-1865 Date:� 11 September 2024 Title: Teachables and Flix Request for Quote (RFQ) / Solicitation Number:� FA8052PRE0738 Closing Response Date: 20 September 2024 at 4:00 PM CST Contact Point(s): �LaTasha Boyd, Contracting Specialist Email: latasha.boyd@us.af.mil Contact Point(s): �Ernest Medina, Contracting Officer Email: ernest.medina.2@us.af.mil 1.� Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information, included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement shall be a Full and Open under NAICS 516210 with a size standard of $47.0 in millions.� The Department of Defense, 773 Enterprise Sourcing Squadron (ESS) has a requirement for the provision of a Teachables and Flix Subscription. See attachment 1, Product description and a list of line-item number(s) and items, and units of measure, see Pricing Schedule B. 2.� Requirement: The mission of Department of Defense (DoD) Morale, Welfare, and Recreation (MWR) Libraries is outlined in DoDI 1015.10 stating DoD Libraries will provide information resources and services required to accomplish the mission. The libraries support military personnel assigned to contingency operations, remote sites, and military missions IAW DoDI 1015.10, Military Morale, Welfare, and Recreation Programs. The program provides professional military and voluntary education programs materials and services. Libraries also provide facilities, resources, and services to enhance the quality of life, regeneration, and resiliency for authorized customers. The DoD Library Consortium exists to create partnerships among the libraries within the various services of the DoD.� They cooperatively acquire materials that are made available to military and civilian employees across the DoD. These resources relate to various overarching goals of the DoD such as recreation, physical wellness, emotional resiliency, and educational pursuits. The 773d Enterprise Sourcing Squadron is seeking potential sources that can provides lesson plans, worksheets, learning games and printables for teachers and parents to use various topics, genres, holidays, and themes. Must also pair classic video storybooks with related nonfiction titles to reinforce early reading skills and develop real-world knowledge. Offers dozens of units to supplement social studies and science core curricula learning. Offering more than 50 complete units of study with over 6500 science-related assets in a variety of media. The product characteristics are listed below: Must be able to provide content that pairs books with videos and reinforces reading skills, supports reluctant readers and builds fluency. Must be able to support social studies, history, and science curriculums with material that assist in building content-area knowledge and has content that helps build critical study skills. Must offer at least 50 study units and 6500 study related assets that cover science in multiple media formats including video, text, and interactive programs. Thematically paired fiction and nonfiction titles are designed to bridge learning-to-read and reading-to-learn. Animated classic storybooks introduce early learners to the delights of reading while paired with nonfiction text for further information. Offering hundreds of units to supplement social studies and science core curricula learning, A highly engaging multimedia resource that can be used in the library, the classroom, on mobile devices, or at home. Must provide eBooks that are enhanced with a deep and diverse reservoir of related content in a variety of text types and media�including primary sources, fiction, videos, audio clips, images, and related websites. Must help students improve literacy skills, build content-area knowledge, and cultivate the critical skills necessary for academic success and college and career readiness. Must provide resources for science in a transformative way giving students access to science topics, acquire scientific knowledge, and build a lasting interest in science, technology, and engineering. Must provide a curriculum-driven leveled content that is integrated with interactive features and intuitive navigation in this highly engaging mobile-ready science resource. With its emphasis on the latest STEM thinking and the Next Generation Science Standards, that provides students with a better understanding of science concepts and ideas through hands-on projects, videos, multiple text types, and so much more. Must be an online database of tens of thousands of searchable and printable, ready-to-use educational materials. Delivers the highest quality content and the most effective instructional tools to support teachers in their search for reliable, authentic, and proven classroom resources. Must provide 200 plus growing collection of lesson plans, worksheets, learning games and printables for teachers and parents to use various topics, genres, holidays, and themes. Must provide downloadable printables include lessons plans, reading passages, games, puzzles, clip art, bulletin board ideas and skill sheets for all age/school levels. To include 2000 plus printable mini-books for reading, writing, math, and science for guided reading groups, whole-class lessons, and independent reading. Must provide resources for math, science, reading comprehension, STEM, STEAM, writing, etc. for all grade levels. These resources must work together over themes and genres for teaching. Must be designed to accommodate learning requirements of all students. Must be able to provide monthly usage statistics. Must be able to access via internet connected computer browsers and mobile devices. Must work with contract POC (EBSCO Stacks) 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 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) 3.� Period of Performance: The Period of Performance (POP) is for one (1) 12-month base period of performance and three (3) 12-month option periods. The entire period of performance for this contract action shall not exceed 48 months. Estimated Schedule Base Period:�30 September 2024 � 29 September 2025 Opt 1:�� 30 September 2025 � 29 September 2026 Opt 2:�� 30 September 2026 � 29 September 2027 Opt 3:�� 30 September 2027 � 29 September 2028 4.� Questions: The Government will accept questions concerning solicitation number FA8052PRE0758 until 16 September 2024 at 4:00 PM CST.� Email your questions to latasha.boyd@us.af.mil. Any questions received after this date and time need not be considered. 5.� Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist, LaTasha Boyd, via e-mail at latasha.boyd@us.af.mil and Contracting Officer, Ernest Medina, Email: ernest.medina.2@us.af.mil . Quotes must conform to the requirements of this solicitation and be received no later than 20 September 2024 at 4:00 PM CST. It is the responsibility of the offeror to ensure that the quotes and its attachments are received. Any quotes received after designated closing date and time need not be considered.�� Quotes must include aggregate total of base plus all option year CLINS on Pricing Schedule B (IAW FAR 52.217-5 Evaluation of Options).� All quotes shall conform to the Contract Line-Item Number (CLIN) structure of the attached Pricing Schedule B. 6.� Notice to Vendor(s): 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 Vendors for any costs. Respondent understands and agrees that it submits its quote at its own risk and expense, and releases 773 ESS/PK from any claim for damages or other liability arising out of the posting process. 773 ESS/PK shall not be liable for any errors in Vendor's response. Vendor is responsible for careful review of its entire response to ensure that all information is correct and complete. Vendors are liable for all error or omissions contained in their responses. All informational material submitted in response to this posting becomes the property of 773 ESS/PK and shall not be returned. 7.� Period of Acceptance of Quotes: The Vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of offers. 8.� Wide Area Work Flow (WAWF): Include in the quote that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD) has mandated the use of WAWF. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. 9.� SAM Registration: Firms submitting a quote subsequent to the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless if the package is considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, SAM.gov | Home . 10.� General Information: The following must be submitted for the requirement: 1) �A capability report that is in Word document format with standard text and FONT (e.g., Times New Roman 12) that is between one (1) page to 10 total pages (do not exceed 10 pages in the capability report) with detailed information, examples or responses in sentence or paragraph format for Product Description�s list of items that are in bulleted form. We encourage any offeror to provide a statement(s) or paragraph with specific details and information that answers each bullet in the product description�s list. The offeror can include an executive summary and company general information as part of the capability report as long as the entire capability report does not exceed a total of 10 pages. The capability report coincides with ATCH � 1 the Product Description. 2) �An offeror will use the ATCH � 2 and enter the required information for all fields in the document. The offeror must have a current registration in SAM.GOV and the price sheet must include the UEI and CAGE code. Please note to confirm that the NAICS code for this requirement is in the SAM.GOV profile. List of Attachments: Product Description Pricing Schedule Provisions and Clauses
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0386de3977aa4f779384d8624066ce17/view)
- Record
- SN07207754-F 20240913/240911230126 (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 |