SOLICITATION NOTICE
70 -- Vimeo Livestream Subscriiptions (Sole Source)
- Notice Date
- 2/4/2025 4:03:39 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 513210
—
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018925QZ130
- Response Due
- 2/5/2025 8:00:00 PM
- Archive Date
- 02/21/2025
- Point of Contact
- Daniel Moore 215-697-5181 Daniel Moore, Phone: 215-697-5181, Email: Daniel.moore3@navy.mil
- E-Mail Address
-
Daniel.moore3@navy.mil
(Daniel.moore3@navy.mil)
- Description
- THIS IS A SINGLE SOURCE, COMBINED SYNOPSIS/SOLICITATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using the Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN) Pentagon Directorate, Contracting Department, Detachment Philadelphia hereby provides notice of its intent to award a firm-fixed-price (FFP) purchase order to a single source: Vimeo.com, Inc. (CAGE: 83XL3), 555 West 18th Street, New York, New York 10011. The Government intends to solicit and negotiate with ONLY ONE SOURCE under the authority of FAR 13.106-1(b), Soliciting from a Single Source. The RFQ number is N0018925QZ130. This synopsis/solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160607. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 513210 and the Small Business Standard is $47 Million. CLIN 0001: Vimeo Streaming Support - Base (FFP, 1 Unit) CLIN 1001: Vimeo Streaming Support - Opt I (FFP, 1 Unit) CLIN 2001: Vimeo Streaming Support - Opt II (FFP, 1 Unit) CLIN 3001: Vimeo Streaming Support - Opt III (FFP, 1 Unit) CLIN 4001: Vimeo Streaming Support - Opt IV (FFP, 1 Unit) This requirement is being processed on behalf of the National Defense University (NDU). The contractor shall provide Vimeo Livestream Business Communication subscriptions for the NDU Colleges. The specific minimum characteristics required by NDU for the livestream and website content include the following: - 9 consecutive streams of unique video and audio content - 6 Studio Encoding Software Licenses, - 3 Admin accounts, - 5 Contributor accounts, - 100,000GB of Bandwidth, - Unlimited amount of video file storage, - Team Level Analytics, - Enterprise Privacy of internal content, - Onboarding and account management support by phone and email. The specifications will meet the minimum needs and requirements of the faculty, staff, and students and of the NDU curriculum. The subscription period will last for twelve (12) months starting 10 February 2025 and will include 4 options. Additional information pertinent to this posting is provided herein as an attachment and includes, but is not limited to, the following: an RFQ with line item information for quoting purposes, Equipment List and a copy of all clauses and provisions applicable to this synopsis/solicitation. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than 6 February, 1500 Eastern Standard Time (EST). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency; however, only supplies meeting the NDU�s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine whether a competitive solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Registration is free and can be completed on-line at http://www.sam.gov/. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal Government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal Government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist Daniel Moore by email at Daniel.moore3@navy.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor�s capabilities and experience that will demonstrate the ability to support these requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3262f87e456841a8b9671ad196fcee82/view)
- Place of Performance
- Address: 300 5TH AVENUE, BLDG. 62 FORT LESLIE J. MCNAIR, Washington, DC 20319, USA
- Zip Code: 20319
- Country: USA
- Zip Code: 20319
- Record
- SN07332525-F 20250206/250204230035 (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 |