Skip to main content

An official website of the United States government

You have 2 new alerts

Sources Sought - OverDrive Digital Magazine Platform

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 (Original)
  • Original Published Date: Aug 02, 2022 05:41 pm EDT
  • Original Response Date: Aug 17, 2022 02:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7630 - NEWSPAPERS AND PERIODICALS
  • NAICS Code:
    • 519130 - Internet Publishing and Broadcasting and Web Search Portals
  • 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 FY22 base effort with up to four (4) possible option year periods through 2027. The base period of performance for this subscription is 30 September 2022 – 29 September 2023. Responses to this sources sought notice will assist a determination of whether it is in the best interest of the Government to proceed with a competition.

FSC: 7630

NAICS: 519130

Size Standard: 1,000 employees

Subscription name: OverDrive Digital Magazine Platform

Supplier name: Overdrive, Inc.

Product description: A database for a digital magazine platform and subscriptions is required by the DoD Library Consortium. OverDrive Digital Magazine Platform database would be a resource that meets the needed requirement in an accessible database. This database supports the educational and quality of life mission of DoD MWR Libraries.

Product characteristics an equal item must meet to be considered:

  • Must be able to provide full-color digital magazines on the Overdrive Platform already under contract with DoD Libraries
  • Must be able to be accessed/read on desktops, mobile devices, or apps
  • Magazines must be downloadable on at least 90% of mobile devices including iOS (Apple®), Android™, and Kindle Fire™/HD/HDX
  • Database must contain a collection of popular digital magazines with both new and backlist titles
  • Magazine must be available without holds, checkout periods, and no limits
  • Must be able to search and checkout collection by newest issue, keyword search, genre and language
  • Must provide helpful notifications weekly regarding user’s favorite magazines
  • Must provide text to speech function
  • Must allow selection of titles
  • Must distribute overseas
  • Must provide access to Economist Magazine
  • Must work with a magazine publisher that sells to the Government
  • Must be able to interface with the Air Force Portal, Army Knowledge Online (AKO), Marine Corps, Military OneSource, and Navy Digital Library (NDL)
  • Must be able to provide password embedded URL’s for access through Library OPACS
  • Customer convenience services must include online help, option to save, print, email, save search histories and results.
  • Access to information needs to be seamless, minimal response time between query initiation and query results, and search results within 5-10 seconds.
  • Must be able to interface with all 4 service branch library and Military OneSource websites 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)

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 Unique Entity Identifier Number. 

      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 Melissa Sanders at melissa.sanders.5@us.af.mil and Eric Johnson at eric.johnson.93@us.af.mil no later than 17 August 2022, 2:00 PM EST.  Any questions should be directed to Melissa Sanders through email (please cc Eric Johnson on all correspondence).   

Contact Information

Contracting Office Address

  • CP 937 656 7394 2275 D ST BLDG 16 RM 128
  • WRIGHT PATTERSON AFB , OH 45433-7228
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Sep 01, 2022 11:55 pm EDTSources Sought (Original)