Skip to main content

An official website of the United States government

You have 2 new alerts

Remote DVD Kits

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: Aug 23, 2024 09:33 am CDT
  • Original Published Date: Aug 12, 2024 10:29 am CDT
  • Updated Response Date: Aug 30, 2024 04:00 pm CDT
  • Original Response Date: Aug 23, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 14, 2024
  • Original Inactive Date: Sep 07, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6770 - FILM, PROCESSED
  • NAICS Code:
  • Place of Performance:

Description

Sources Sought Synopsis

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 three (3) one-year options. The period of performance for this subscription is 30 September 2024 – 29 September 2025. The option years may extend the period of performance through 29 September 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: 30 September 2024 – 29 September 2025

FSC: 6770

NAICS: 512120

Size Standard: $39 Million

Subscription name: Remote DVD Kits

Product description: DAF Libraries has a requirement for DVD kits for their remote and isolated locations. The purpose is to procure two boxed kit plans providing DVD/Blu-Ray kits. This will be at least 1 boxed kit each for location monthly. Each box kit will contain newly released DVD/Blu-Rays, all locations receiving the same DVD/Blu-Rays each month. DAF Libraries is looking for an established seller of DVD/Blu-Rays the library and commercial marketplace.

Product characteristics an equal item must meet to be considered:
1.    Must be able to provide materials for collection development in formats that include DVD and BluRay physical copies.
2.    Must be able to offer two different boxed kits with DVD and BluRay kits with titles monthly.
3.    The vendor must offer two types of flexible DVD/BluRay kit plans providing selection from a significant collection of new release or high demand titles to include movies and tv series.
4.    The vendor must provide reliable monthly selection lists ensuring that selections will be new release or high demand titles. The customer also desires the ability to select older titles re-released in DVD and BluRay titles that may not be on the selection lists.
5.    The customer excludes the following content: all children's and comics/graphic novels materials.
6.    Each kit should be 1 box and shipped to requested locations.
Kit A consist of 7 titles, selected from current popular titles. Will ship to: 30 sites/locations, 12 monthly shipments of minimum 7 DVDs per kit, for a total of 2,520 DVDs. 
Kit B consists of 5 additional titles, selected from current popular titles. Will ship to: 15 sites, 12 monthly shipments of 5 DVDs per kit, for a total of 900 DVDs. Includes option to purchase all titles included in kits
7.    Must be able to provide material of new releases, current best sellers as well as a back catalog of older material 
8.    Must provide a pre-release list to plan upcoming months boxes mut be available on commercial website available for all DVDs and BluRays buyers.
9.    Must provide a suggested monthly order list to DAF libraries. This would be a prefilled cart of newly released suggested titles in DAF Libraries account. 
10.    Shall provide a commercially available website with an existing multi-tier web-based purchasing system for review and selection of available DVDs and BluRays. The system shall offer access to information about publications such as reviews, selection lists, release dates, publisher's list prices, DVDs and BluRays covers, descriptions, etc.
DAF Libraries does NOT need/want a custom site. We are looking for a DVDs and BluRays seller in the library or video marketplace.
11.    DAF Libraries must be able to test the platform to evaluate if it meets requirements. Must provide username and password to evaluate current DVDs and BluRays available in stock and pricing.
12.    DAF Libraries shall have their own unique login to select items, build carts, and submit selections.
13.    General content: all genres (for example: drama, comedy, mystery/thriller, fantasy/ science fiction, action/adventure, animation, foreign language); non-fiction and documentaries on general topics (for example: biography, travel, history, military, personal development, health and psychology)
14.    Items received in error or in unacceptable condition shall be replaced and shipped to the customer at no additional cost. Return of such items shall not be required.  The return window will be more than 30 days due to delays in receiving due to shipping locations.
15.    Firm-Fixed Price Order with shipping costs included
16.    Shipping shall be via U.S. Postal Service First Class and Priority Mail or similar to APO addresses, either New York, NY or San Francisco, CA. No international shipping is required.
17.    No technical or physical processing is required
18.    The vendor shall ship items in complete kits on a monthly basis. Kits must be packaged and labeled separately for each location. Must be able to dedicate customer service representative to resolve all service issues

The Government will consider responses received within 15 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:

1.    Contractors must include the following information:

a.    Points of contact, addresses, email addresses, phone numbers.

b.    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.

c.    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.

d.    Company CAGE Code or UEI.  

2.    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.

3.    Submitted information shall be UNCLASSIFIED.

4.    Responses are limited to of 10 pages in a Microsoft Word compatible format.

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 should be emailed to SSgt Thomas Jobe at thomas.jobe@us.af.mil no later than 30 August 2024, 4:00 PM CDT.  Any questions should be directed to SSgt Thomas Jobe through email.  

All responses should be received no later than 30 August 2024, 4:00 PM (CDT). 

------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

EDIT

Changed respopnse due date from 23 August 2024 to 30 August 2024

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