Skip to main content

An official website of the United States government

You have 2 new alerts

Digital Newspaper and Periodicals Subscription

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 25, 2023 02:58 pm CDT
  • Original Published Date: Aug 19, 2023 08:19 pm CDT
  • Updated Date Offers Due: Aug 28, 2023 01:00 pm CDT
  • Original Date Offers Due: Aug 28, 2023 01:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 29, 2023
  • Original Inactive Date: Aug 29, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7630 - NEWSPAPERS AND PERIODICALS
  • NAICS Code:
    • 516210 - Media Streaming Distribution Services, Social Networks, and Other Media Networks and Content Providers
  • Place of Performance:
    USA

Description

Combined Synopsis/Solicitation

Digital Newspaper and Periodicals Subscription

773 Enterprise Sourcing Squadron

Joint Base San Antonio (JBSA) Lackland, TX 78226-1865

Date:  19 August 2023

Title: Digital Newspaper and Periodicals Subscription

Request for Quote (RFQ) / Solicitation Number:  FA805223DNPS

Closing Response Date:  28 August 2023 at 1:00 PM Central Standard Time (CST)

Contact Point(s):  Rene Boissiere, Contract Specialist

Cell: (830) 313-0477

Email: rene.boissiere.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 under NAICS 516210 with a size standard of $47 million US dollars.  The Department of the Air Force, Air Force Installation Contracting Center (AFICC), 773 Enterprise Sourcing Squadron (ESS) has a requirement for the provision of the Aviation Safety Compliance Subscription per the attached Product Description.

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.

To meet these needs, the 773d Enterprise Sourcing Squadron is seeking a digital newspaper and periodicals subscription. The DoD Libraries needs access to a major digital newspaper, cooking and games in order to support our customers’ needs. The subscription needs to provide full access to its digital newspaper, cooking and games. The subscription needs to provide digital access to its official website and its app as a resource that will not only keep customers informed and up to date about what’s happening in the world, but also inspire them around arts and culture, guide them to smarter living and total wellness, and introduce them to diverse viewpoints and perspectives. The subscription needs a digital cookbook and cooking guide alike, available online and as an app, to help people stay motivated and organized in the kitchen. The cooking portion of the subscription can help members of the DoD community think creatively about food and mealtimes, while also building confidence as they take care of their families and themselves. The games portion of the subscription needs to provide word and visual games that support learning development through play. Performance shall be according to the requirements contained in the Product Description. 

3.  Period of Performance: The Period of Performance (POP) is for a 12-month base period of performance and three (3) 12-month option periods. The period of performance for this contract action shall not exceed 12-months per base period and 12-months per each option period.

Estimated Schedule

POP Start

POP End

Base Period

30 September 2023

29 September 2024

Option Period

30 September 2024

29 September 2025

Option Period

30 September 2025

29 September 2026

Option Period

30 September 2026

29 September 2027

4.  Questions: The Government will accept questions concerning solicitation number FA805223DNPS until 23 August 2023 at 1:00 PM CST.  Email your questions to rene.boissiere.2@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/Contracting Officer, Rene Boissiere, via e-mail at rene.boissiere.2@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 28 August 2023 at 1:00 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 .

List of Attachments:

  1. Product Description
  2. Pricing Schedule B
  3. Provisions and Clauses; Instructions to Offerors; Eval Criteria

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