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 Full and Open under NAICS 519290 with a size standard of 1,000. The Department of the Air Force, Air Force Libraries, 773 Enterprise Sourcing Squadron (ESS) has a requirement for the provision of a DoD Global Incident Map Subscription. See attachment 1, Product description and a list of line-item number(s) and items, and units of measure, see Pricing Schedule B.
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.
The Department of the Defense Library Program requires a Global Incident Map Subscription. This subscription provides a fully customizable map that displays critical happening in real time across the globe. Includes everything from terror acts to kidnapping, and port security red flags to aviation incidents. Content on a viewable customized map with cited sources and maintained 24/7 with human analysis situations.
3. Period of Performance: The Period of Performance (POP) is for one (1) 12-month base period of performance and two (2) 12-month option periods. The entire period of performance for this contract action shall not exceed 60 months.
Estimated Schedule
POP Start POP End
Base Period: 30 September 2024 - 29 September 2025
Option Period 1: 30 September 2025 - 29 September 2026
Option Period 2: 30 September 2026 - 29 September 2027
Product Characteristics an equal item must meet to be considered:
1. Must provide a fully customizable map that displays critical events happening in real time across the globe.
2. Must include everything from terror acts to kidnappings, and port security red flags to aviation incidents.
3. Must show information is updated 24/7 or as incidents happen.
4. Must provide customized maps showing location of incidents with information on the incident.
5. Must use human analysts to make a judgement call on virtually all items, except earthquakes.
6. Must provide unbiased and a-political, and beholden to no outside investors or other interests which might impact editorial or content decisions
7. Must use a broad scope of coverage with dozens of maps/feeds covering a wide variety of incidents of interest to corporate security, government, intelligence, military, NGO, law enforcement, and public sector clients.
8. Must be able to create new maps and new OSINT gathering projects, resulting in KML, GeoRSS, ESRI Feature Layers for short turnarounds and unique requests due to new situations/incidents in the world effecting DoD missions
9. Must be able to provide monthly usage statistics
10. Must work with contract POC (EBSCO Stacks) to establish authentication methods to provide optimal accessibility for all eligible patrons.
11. Security between the Website and server must be Transport Layer Security (TLS) 1.3
12. Must have HTTP Strict Transport Security (HSTS) with long duration deployed on the servers to mitigate/prevent man-in-the-middle attacks
13. Website certificates should be RSA 2048-bits (SHA256withRSA)
14. DAF Libraries must be able to test the website to evaluate if it meets requirements. Must provide a username and password to see available global incident map.
4. Questions: The Government will accept questions concerning solicitation number FA8052PRE0746 until 11 Sep 2024 at 12:00 PM CST. Email your questions to courtney.perry.5@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, Courtney Perry, via e-mail at courtney.perry.5@us.af.mil and Contracting Officer, Ernest Medina at ernest.medina.2@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 16 Sep 2024 at 4:00 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.
10. General Information: The following must be submitted for the requirement:
1) A capability report that is in Word document format with standard text and FONT (e.g., Times New Roman 12) that is between one (1) page to 10 total pages (do not exceed 10 pages in the capability report) with detailed information, examples or responses in sentence or paragraph format for Product Description's list of items that are in bulleted form. We encourage any offeror to provide a statement(s) or paragraph with specific details and information that answers each bullet in the product description's list. The offeror can include an executive summary and company general information as part of the capability report as long as the entire capability report does not exceed a total of 10 pages. The capability report coincides with ATCH 1 the Product Description.
2) An offeror will use the ATCH 2 and enter the required information for all fields in the document. The offeror must have a current registration in SAM.GOV and the price sheet must include the UEI and CAGE code. Please note to confirm that the NAICS code for this requirement is in the SAM.GOV profile.
List of Attachments:
1. Product Description
2. Pricing Schedule
3. Provisions and Clauses
Background
The Department of the Air Force, specifically the Air Force Libraries under the 773 Enterprise Sourcing Squadron (ESS), is seeking a DoD Global Incident Map Subscription. This initiative aligns with the mission of the Department of Defense (DoD) Morale, Welfare, and Recreation (MWR) Libraries, which aims to provide essential information resources and services to support military personnel in various operations. The subscription will enhance the libraries' capabilities to deliver critical information regarding global incidents affecting military missions.
Work Details
The contract requires a Global Incident Map Subscription that includes:
1. A fully customizable map displaying real-time critical events globally, including terror acts, kidnappings, port security issues, and aviation incidents.
2. Continuous updates 24/7 with human analysis for most incidents.
3. Customized maps showing incident locations with detailed information.
4. Unbiased content not influenced by external interests.
5. Capability to create new maps and OSINT projects for unique requests related to DoD missions.
6. Monthly usage statistics reporting.
7. Secure access through Transport Layer Security (TLS) 1.3 and HTTP Strict Transport Security (HSTS).
8. Testing capability for DAF Libraries to evaluate compliance with requirements.
Period of Performance
The Period of Performance consists of one 12-month base period from September 30, 2024, to September 29, 2025, followed by two optional 12-month periods extending until September 29, 2027.
Place of Performance
The services will be performed for the Department of Defense Libraries across various locations where military personnel are stationed.