Skip to main content

An official website of the United States government

You have 2 new alerts

DAFL LRC Video Game Plan

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Mar 29, 2024 10:31 am CDT
  • Original Published Date: Mar 15, 2024 11:32 am CDT
  • Updated Response Date: Apr 05, 2024 04:00 am CDT
  • Original Response Date: Mar 29, 2024 04:00 am CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 20, 2024
  • Original Inactive Date: Apr 13, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7820 - GAMES, TOYS, AND WHEELED GOODS
  • NAICS Code:
    • 339930 - Doll, Toy, and Game Manufacturing
  • Place of Performance:

Description

This Sources Sought is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ) or intent to issue a RFQ in the future. This Sources Sought does not commit the Government to contract for any service whatsoever. Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this Sources Sought; therefore, all costs associated with responding will be solely at the interested party’s expense. Not responding to this Sources Sought does not preclude participation in a future RFQ, if one is issued. It is the responsibility of the potential offeror to monitor www.SAM.gov for additional information pertaining to this requirement.

The Air Force anticipates procuring this product as a FY24 base effort with two (2) option years. The estimated period of performance for the base year of this is subscription is 1 June 2024 – 31 May 2025. 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. 

Period: 1 June 2024 – 31 May 2025
Option Year 1:    1 June 2025 – 31 May 2026
Option Year 2:    1 June 2026 – 31 May 2027

FSC: 7820 - GAMES, TOYS, AND WHEELED GOODS

NAICS: 339930 - Doll, Toy, and Game Manufacturing

Size Standard: 700 employees

Subscription name: DAFL – LRC Video Game Plan

The 773d Enterprise Sourcing Squadron is seeking potential sources that can provide a Video Game collection development point/purchase plan that allow Department of the Air Force Libraries Learning Resource Centers (LRC) to meet their video game demand. The product characteristics are listed below:

  1. Must be able to provide materials for collection development in formats that include video games.
  2. Must be able to provide material of new releases, current best sellers as well as a back catalog of older material.
  3. Must mail same list of video games up to LRC in JBSA Lackland, shipping costs included in cost.
  4. Must be able to offer ordering through an online ordering system.
  5. Must be able to dedicate customer service representative to resolve all service issues.
  6. Must be able to provide video games in the following formats: Xbox/Xbox 1, PlayStation 4/5, Nintendo Switch & NDS, and Wii u.

The Government will consider responses received within ten business 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.

Vendors responding shall specify that they can meet the requirement and provide detailed company information to show clear technical capability. Please provide 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.  
  • Company Name, Address, UEI and CAGE
  • Identification of business size and whether currently designated as a small business and the appropriate categories (small business, small disadvantaged business, 8(a), service-disabled veteran-owned small business, veteran-owned small business, woman-owned small business, HUB zone, minority-owned, etc.)
  • Capabilities Statement
  • Submitted information shall be UNCLASSIFIED.

The Government will consider responses received within ten 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.

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.

All responses must be received no later than 4:00 PM Central Standard Time (CST) on 29 March 2024. Responses shall be emailed to LaTasha Boyd at Latasha.boyd@us.af.mil.  Any questions should be directed to LaTasha Boyd through email.

Contact Information

Contracting Office Address

  • CP 210 395 9550 1517 BILLY MITCHELL BLVD BLDG 954
  • SAN ANTONIO , TX 78236-0119
  • USA

Primary Point of Contact

Secondary Point of Contact

History