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.
EBSCO’s Learning Express has added content instructional design that utilizes a
microlesson presentation. The primary intent of a microlesson approach is to present a single, tightly
defined topic ranging in segments from 8 to 12 minutes in length. The microlesson resources will tie this
instructional approach to a mobile-first design that will allow access to content for the modern mobile
device user anywhere and at any time through responsive design. This is an add product for Learning
Express platform currently under contract for DoD Libraries to help library customers studying for CLEP,
DANTES, ASVAB, GRE, SAT and ACT exams.
The projected period of performance for this subscription is:
Base Year: 1 September 2025 – 31 August 2026
Option Year 1: 1 September 2026 – 31 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: AF11
NAICS: 519290 – Web Search Portals and All Other Information Services
Size Standard: 1000 employees
Product Characteristics an equal item must be considered:
1.Must work on the Learning Express platform currently under contract for DoD
Libraries to help library customers studying for CLEP, DANTES, ASVAB, GRE,
SAT and ACT exams.
2. Must provide employ a mix of adult learning theories including making
content relevant, critical thinking, collaboration, and experimentation
3. Must provide within the microlessons content in support of the above tests
will include: 225 microlessons with an average length of 10 minutes, 100+
stand-alone video tutorial lessons, 250+ animated videos contained with the
microlessons, Interactive gaming to support active learning
4. Must be able to search and find specific topics they wish to explore without
having to open one of the larger unit-based tutorials
5. Tutorials will still be available for students who prefer or are better
supported by taking a full-length course
6. The user interface needs to be customizable by users to meet the search
preferences
7. Needs to be able to apply limiters to expedite searching
8. Needs to provide the option for a mobile application
9. 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.
10. Must work with contract POC 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 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)
13. Must have HTTP Strict Transport Security (HSTS) with long duration deployed
on the servers to mitigate/prevent man-in-the-middle attacks
14. 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 Homer Rios at homer.rios@us.af.mil no later than 31 July 2025, 4:00 PM CDT. Any questions should be directed to Homer Rios through email.