SOURCES SOUGHT
76 -- DoDL Small Engine Repair Subscription
- Notice Date
- 9/12/2024 10:01:32 AM
- Notice Type
- Sources Sought
- NAICS
- 519290
—
- Contracting Office
- FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
- ZIP Code
- 78236-0119
- Solicitation Number
- FA8052PRE0759SER
- Response Due
- 9/15/2024 1:00:00 PM
- Archive Date
- 09/30/2024
- Point of Contact
- Courtney Perry, Ernest Medina
- E-Mail Address
-
courtney.perry.5@us.af.mil, ernest.medina.2@us.af.mil
(courtney.perry.5@us.af.mil, ernest.medina.2@us.af.mil)
- Description
- This is a Sources Sought Synopsis published by the United States Air Force (the Government or USAF). There is no solicitation available at this time. Requests for a solicitation will not receive a response. The purpose of this sources sought notice is to conduct market research to determine whether there are businesses available capable of providing an alternative product that meets the characteristics below. The Air Force anticipates procuring this product as a FY24 base effort with two (2) one-year options. The projected period of performance for this subscription is: Base Year: 30 September 2024 � 29 September 2025 Option Year 1: 30 September 2025 � 29 September 2026 Option Year 2: 30 September 2026 � 29 September 2027 Responses to this sources sought notice will assist in a determination of whether it is in the best interest of the Government to proceed with a competition. FSC: 7630 NAICS: 519290 - Web Search Portals and All Other Information Services Size Standard: 1000 employees Subscription name: DoDL Small Engine Repair Subscription Description: DoD Libraries require access to a database that provides detailed, user-friendly repair guides for all manner of small engines. Database content should assistance in providing routine maintenance (tune-ups, brake service) as well as extensive repairs (engine and transmission disassembly) and allows users to search by product type, brand, model/engine type, specific area of model/engine type, and model numbers in PDF full-text documents. Content should offer more than 450 full-text reference books with original photos and illustrations, information on more than 25 years of engine models, coverage of more than 90,000 repairs, full collection of Clymer repair manuals with new and updated content added regularly, and user-friendly interface. Database should also provide information on the repair of air-cooled engines, ATVs, chainsaws, commercial mowers, diesel engines, farm tractors, generators, motorcycles, marine (boats), outdoor power equipment, personal watercraft/jet ski, riding lawn mowers, rotary tillers, snowmobiles, snow throwers, string trimmers and blowers, walk-behind mowers, and yard and garden tractors. Search functionality should be by keyword, Boolean/phrase, options to limit by keyword or phrase, capability to cite, export, and Permalink functionality sustainable URL to return to original article. Customer convenience services should include online help, option to save, print, email, save search histories and results DoDL is looking for a current provider for commercial off the shelf access a Small Engine Repairs Subscription. Product Characteristics an equal item must meet to be considered: Database content must provide assistance in routine maintenance (tune-ups, brake service) as well as extensive repairs (engine and transmission disassembly) and allows users to search by product type, brand, model/engine type, specific area of model/engine type, and model numbers in PDF full-text documents. Content must offer more than 450 full-text reference books with original photos and illustrations, information on more than 25 years of engine models, coverage of more than 90,000 repairs, full collection of Clymer repair manuals with new and updated content added regularly, and user-friendly interface. Must also provide information on the repair of air-cooled engines, ATVs, chainsaws, commercial mowers, diesel engines, farm tractors, generators, motorcycles, marine (boats), outdoor power equipment, personal watercraft/jet ski, riding lawn mowers, rotary tillers, snowmobiles, snow throwers, string trimmers and blowers, walk-behind mowers, and yard and garden tractors. Access to information must be seamless, minimal response time between query initiation and query results, and search results within 5-10 seconds. Must be provide Keyword search, product search, A-Z product list, and the ability to limit by major category. Search functionality should be by keyword, Boolean/phrase, options to limit by keyword or phrase, capability to cite, export, and Permalink functionality sustainable URL to return to original article. Must be provide customer convenience services should include online help, option to save, print, email, save search histories and results, recommendations drafted by librarians and teachers, common FAQs, and ability to browse by topic, grade, Lexile level.� Must be able to interface with all 4-service branch library and Military OneSource websites and Library Integrated Library System (digital catalog) 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). VCL must be able to test the platform to evaluate if it meets requirements. Must provide username and password to view content on platform. The Government will consider responses received within 3 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 competes 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 an administrative decision by the Government that is solely within its discretion. Contractors should be aware of the following information: Contractors must include 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 or UEI. Capabilities Statement This requirement is not intended for specific brand name products. Offerors are encouraged to suggest products other than those that may be specifically referenced by brand name. Responses must address how alternate product meet the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose. Responses shall be emailed to Courtney Perry at courtney.perry.5@us.af.mil no later than 15 September 2024, 3:00 PM CDT. Any questions should be directed to Courtney Perry through email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1d266afdb8c34fc1bbb48b27f760eed1/view)
- Record
- SN07209901-F 20240914/240912230129 (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 |