Federal Bid

Last Updated on 30 May 2024 at 7 PM
Sources Sought
San antonio Texas

The Economist Online

Solicitation ID FA8052PRE0745
Posted Date 30 May 2024 at 7 PM
Archive Date 29 Jun 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8052 773 Ess
Agency Department Of Defense
Location San antonio Texas United states 78236

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 a projected base period of performance of 31 August 2024 – 30 August 2025, and two 1-year option periods, 31 August 2025 – 30 August 2026, and 31 August 2026 – 30 August 2027.  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.

FSC:  7630    NAICS: 513120  Size Standard: 1000 employees

Subscription name: DAFL – The Economist Online

Description: DoD Libraries is seeking DoDL is looking for a current provider for commercial off the shelf access to The Economist Online.

Product characteristics an equal item must meet to be considered: 

  1. Must be able to provide access to an easily searchable and viewable version of the digital web-based version of The Economist journal, 2. Must provide access The Economist app, audio version, podcasts and digital newsletters, 3. Must provide access to the full weekly edition with the ability to bookmark articles, 4. Must provide access to The Economist morning briefing and other exclusive content available at The Economist Online website, 5. Must provide access to The Economist briefings and special reports, providing in-depth research and analysis on global topics spanning politics, economics, science and technology, and business, 6. Must provide The Economist weekly Leaders - fact-based opinion pieces on events shaping the global agendas, 7. With 24/7 unlimited, simultaneous access for users, 8. Must work with contract POC to establish authentication methods to provide optimal accessibility for all eligible patrons, 9. Security between the Website and server must be Transport Layer Security (TLS) 1.3, 10. 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), 11. Must have HTTP Strict Transport Security (HSTS) with long duration deployed on the servers to mitigate/prevent man-in-the-middle attacks, 12. Website certificates should be RSA 2048-bits (SHA256withRSA) VCL requires Best Value when evaluating vendors not lowest cost, and 13, VCL must be able to test the platform to evaluate if it meets requirements. Must provide username and password to view content on platform. 

The Government will consider responses received within 14 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.

e. Capabilities Statement

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.

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 Contracting Specialist: Gustavo Guadron, [email protected] no later than 14 June 2024, 4:00 PM CDT. Any questions should be directed to Gustavo Guadron through email.

Bid Protests Not Available

Similar Past Bids

New york New york 12 Nov 2020 at 4 PM
Location Unknown 09 Dec 2016 at 3 PM
Location Unknown 16 May 2008 at 2 PM
Location Unknown 18 Aug 2015 at 6 PM
California 09 Feb 2023 at 5 AM

Similar Opportunities

Washington District of columbia 25 Jul 2025 at 4 PM
Alexandria Virginia 14 Jul 2025 at 2 PM
Washington District of columbia 25 Jul 2025 at 4 PM
Washington District of columbia 16 Jul 2025 at 9 PM