Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2025 SAM #8635
SOURCES SOUGHT

76 -- Simulation Trade Skills

Notice Date
7/16/2025 7:48:53 AM
 
Notice Type
Sources Sought
 
NAICS
5131 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA8052773
 
Response Due
7/30/2025 1:00:00 PM
 
Archive Date
08/14/2025
 
Point of Contact
Madelyn Williams, SrA Dakota Hardison
 
E-Mail Address
madelyn.williams@us.af.mil, dakota.hardison@us.af.mil
(madelyn.williams@us.af.mil, dakota.hardison@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
DODL Libraries requires an online resource that will expand education in trade skills. Interplay Learning effective and scalable 3D & virtual reality simulation content as part of their patron education resources. SkillMill trades courses in HVAC, Solar, Electrical, Plumbing, Construction, Safety, Commercial HVAC and Appliance Repair. Product Characteristics an equal item must meet to be considered: Must be able to provide which includes trades courses in HVAC, Solar, Electrical, Plumbing, Construction, Safety, Commercial HVAC and Appliance Repair. Must be able to provide All-access via PC, iPad/Android tablet, and Virtual Reality (VR headset not required for simulations) Must provide custom learning paths for all subjects Must provide a unique dual delivery through a variety of technology devices. Must provide a scaffolding approach to simulations and comprehensive content areas has to support in the skilled trades curriculum. Must be able Technical Services includes up to SSO and VR Setup Application, additional integrations can be scoped during contracts as needed. Assigned Customer Success Manager provided for annual support including program mapping, training support, updates & product announcements Must be able to dedicate customer service representative to resolve all service issues 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 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 shall be emailed to SSgt Madelyn Williams at madelyn.williams@us.af.mil no later than 30 July 2025, 3:00 PM CDT. Any questions should be directed to SSgt Madelyn Williams through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/65446099edb343c28e426629614c0ff1/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN07512445-F 20250718/250716230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.