SOLICITATION NOTICE
D -- Web-based integrated library system
- Notice Date
- 5/21/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- FA7012-04-T-0073
- Response Due
- 6/4/2004
- Archive Date
- 6/19/2004
- Point of Contact
- Ryan Goodwin, Contract Negotiator, Phone (202) 767-7956, Fax (202) 767-7887, - Valerie Gaines, Contract Specialist, Phone 2027678036, Fax 202-767-7887,
- E-Mail Address
-
ryan.goodwin@bolling.af.mil, valerie.gaines@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) under solicitation No. FA7012-04-T-0073. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-23. This requirement will be set-aside for small business. The North American Industry Classification System code is 541511. The corresponding SIC Code is 7371 and the size standard is $21,000,000.00. LINE ITEM: 0001 Integrated library system for Bolling Library Services, bldg 4439, performance period is scheduled from 06/05/04-06/05/05, QTY __12 months_ UNIT PRICE: $_________, EXTENDED PRICE: $_________. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: STATEMENT OF WORK PROVIDE AND INSTALL ALL NEEDED EQUIPMENT TO PROVIDE CONTINUOS WEB-BASED INTEGRATED LIBRARY SYSTEM FOR BLDG# 4439. A complete price breakdown is required as part of your offer for each line item listed above. The following is an example: number of hours, hourly rate, materials, completion time for each building, etc. ?Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. 1. DESCRIPTION OF SERVICES. Successful contractor will install all software,hardware,training and migration (to include labor) in order to provide a web-based integrated library system for the Bolling Air Force Base. 2. CONTRACTOR REQUIREMENTS. All equipment will be housed ing the contractor?s data center to provide for secure network access. 3. DELIVERY, INSTALLATION AND CHECKOUT. Prior to activation, the ILS provider will produce specs for hardware, special wiring, minimum acceptable operating systems, and any other requirements for client server software needed at the library. The ILS provider will appoint a dedicated Project Officer to oversee the project. Software will be configured for compatibility with base library operating systems. A complete System Implementation Schedule and Implementation Checkout List will be coordinated with the library director. Notification of any downtime necessary for ILS maintenance and upgrades will be sent to the base library not less than two weeks prior to the scheduled maintenance. 4. TRAINING. The ILS contractor shall provide a comprehensive training program for the library director and staff. The training shall include information on: System start-up and shut-down; Functional capabilities and limitations of the system; Daily system operations; Troubleshooting simple client server software problems; Preventive maintenance to be performed by library staff; Points of Contact for system emergencies; Loading records using OCLC and LC interface functions; Generating system and statistical reports;Building reports for online database and reference data for LARP; Searching, Circulation, placing and tracking Holds, Cataloging, Authority Outreach, and System Administration; Connection of bar code scanners and return receipt printers; Interface issues with security systems and other network operating system and management tools. 5. BACKUPS. Contractor?s responsibilities include backing up the system. Backing up is the process by which a set of files is copied onto a separate medium. The copy is then stored in a separate secure area. These backup mediums will be used in the event of an equipment failure. These mediums are the only source available for full system recovery. The full system backup will be performed as needed and includes the library database and the contractor application software. The contractor?s servers will be halted to ensure no data is changed during the backup. The timeline for the backup will be coordinated by the contractor administrator and the library administrator or designated alternate. 6. SYSTEM SHUTDOWN: Contractor will be responsible for system shutdown of the equipment. Examples of situations that would require a system shutdown are as follows:System will be rebooted monthly to clear any excess log files and defunct processes. This will be performed following a full system backup. Unexpected maintenance and repair may require a system shutdown. If an unexpected power failure occurs, the contractor?s system administrator will notify the library administrator or designated alternate immediately. Contractor will obtain the length of the projected outage from the utility company and continue to update the library as information becomes available. 7. EQUIPMENT REDUNDANCY. Contractor will provide equipment redundancy for maximum uptime and limited loss of access to the system. These technologies help minimize downtime, but they are not a substitute for backups. Contractor will designate server equipment to be available if alternate server equipment is needed for an event such as a major system failure of the library server. 8. OPERATING SYSTEM AND SOFTWARE UPGRADES. Contractor will be responsible for operating system updates or upgrades. The library administrator or designated alternate will be notified via email or telephone of an upcoming operating system upgrade or update. The library administrator or designated alternate and the contractor system administrator will coordinate the timeline for the operating system update or upgrade. Contractor will monitor and maintain memory and disk requirements of the server. If the server needs additional memory or added disk storage, the contractor will be responsible for the purchase and installation. Required downtime will be coordinated between the contractor system administrator and the library administrator or designated alternate. Contractor will monitor routine maintenance tasks such as reviewing and cleaning temp files, temp files and cron files. 9. EQUIPMENT REPAIR. Contractor will notify the local hardware engineering field technician for unexpected equipment repair. Contractor has a four hour timeline response guarantee, unless the part must be delivered with overnight service. At the time of restoration, contractor will give their best estimate of down time. The effort will be given a priority one call status until complete. 10. SOFTWARE UPGRADES. Contractor will be responsible for the installation of all software updates or upgrades. The library administrator or designated alternate will be notified via email or telephone of upcoming software updates or upgrades. The library administrator or designated alternate and the contractor administrator will coordinate the timeline for the software update or upgrade. 11. LIBRARY PAGE. Contractor will create a default library page. Modification of this page or the creation of custom pages is not part of the initial setup and will be a billable item. 12. LOG FILES. Contractor will be responsible for the monitoring and disposition of all log files. On-line storage of all log files will be kept quarterly or as needed. Off-line storage of the most current five years of history and statistics logs will be kept by the contractor. Log files older than five years will be deleted. The library administrator or designated alternate will be responsible for reviewing and removing unneeded bibliographic data files and load error files. If these files take up too much disk space, the contractor system administrator and the library administrator or designated alternate will make arrangements for the disposition of files. 13. REPORTS. The contractor?s system administrator and the library administrator or designated alternate will be responsible for the scheduling of bibliographic reports and other CPU intensive reports. Both parties should agree on the time when these reports will run. All administrative reports, like overdues and statistical data, will be created and maintained by the library administrator or designated alternate. All required maintenance reports to be scheduled will be coordinated between the contractor system administrator and the library administrator or designated alternate. Report logs will be emailed to the library administrator or designated alternate. The library administrator or designated alternate will monitor the report status and the report log and notify the contractor system administrator of any error messages. The library administrator or designated alternate will remove these finished reports on a weekly basis. Any special maintenance reports run by the contractor system adminstrator will be removed on a weekly basis. The library administrator or designated alternate will notify the contractor administrator if any unscheduled bibliographic list report need to be run and they will agree upon a mutual time. 14. MODULES. Modules will include Circulation, Cataloging, On-line Public Access Catalog (OPAC), and web-based access. 15. CIRCULATION. This module handles all circulation activity, including charges and discharges, renewals, holds, reports, and notices. This module will allow an unlimited number of user profiles, item types, item locations, and variable loan periods. This module will generate summary reports to track circulation statistics and more detailed reports to supply information for the library annual report. This module will draw statistics for the usage of on-line databases and reference software in the form of system reports. 16. CATALOGING. This module will use standard MARC formatting and allow records to be accessed from multiple on-line databases (OCLC and LOC). This module will be structured according to the American national Standard for Bibliographic Information Exchange Standards as supported by the Library of Congress. This module will support both original and copy cataloging, allowing access to standard cataloging information, such as descriptive cataloging, subject cataloging, and classifications. 17. OPAC. This module will provide users with easy-to-use access to the library?s holdings. This module will be searchable for on-site users and from remote locations. This module will allow users to access bestseller lists and provide direct links to other library catalogs. 18. SECURITY. The ILS will have an authorization method in place to comply with the Privacy Act and to protect licensed products while allowing authorized users access to library resources. This module will provide security for bibliographic records, preventing unauthorized access to MARC records. Library data will be secure from unauthorized access and protected from malicious logic. The level of database maintenance and system administration accomplished by the service provider?s corporate headquarters will be defined in the price proposal. 19. SYSTEM INTERFACE. The ILS software requirements for wiring, cable connection, and hardware will be provided in the price proposal. The ILS provider will migrate existing electronic catalog databases using the MARC authority control and will accommodate current bar coding. User profiles will be transferred intact to the new system. Z39.50 information retrieval protocol will be provided by the ILS. The ILS will meet 508 standards. 20. NETWORK ACCESS. ASP Network Access for the server equipment will be maintained by the contractor. Dedicated bandwidth accessing library equipment is though dedicated telcom level line speeds and access. Firewalls and high-speed routers are used to filter and control access to secure library data from unintended access or malicious activities. Other security mechanisms may be used as needed to ensure integrity and security of both contractor equipment and library data. The library administrator or designated alternate will be responsible for notifying the contractor system administrator by telephone immediately of any degrading system performance. 21. DISASTER RECOVERY. In the event of a disaster, contractor will provide for recovery service to include reconfiguring and reloading the library system. 22. SUPPORT SERVICE.The library server will be available during the library?s normal business hours. Scheduled maintenance for the library server will be handled during the library?s closed hours. Additional arrangements need to be made with the contractor system administrator if the library wishes to operate outside of their normal working hours under special circumstances. Technical support will be available 12 hours/day during the normal business week. Technical support for emergencies will be available 24 hours/day, 7 days/week. Contractor will provide current contact information to consist of toll-free phone numbers, direct dial phone numbers, fax numbers, pager numbers, and email address. The contractor will immediately notify the library of any changes. 23. PROTECTION OF REAL PROPERTY: The contractor shall take all necessary precautions to ensure there's no damage to Government Real Property. All damages to such property and furnishings shall be repaired or replaced as recommended by the government?s technical representative and approved by the Contracting Officer (CO) at no additional cost to the government. 24. WORK SCHEDULE: The contractor shall coordinate the initial scheduling of work with the government?s technical representative, and the Contract Administrator prior to commencing work. Hours of operation shall be from 7:30 am to 4:30 pm. If the contractor requires different work hour schedule, a written justification must be submitted to the Contracting Officer 25. SAFETY: The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 26. PRE-INSTALLATION REQUIREMENTS: Before installation services are started, the contractor shall inspect the work site and ascertain all information necessary to deliver effective performance of services. The contractor shall notify the government?s technical representative or the CO of any conditions that prevent the suitable completion of the services. 27. DISPOSAL: It shall be the responsibility of the contractor to dispose and remove discarded materials from Bolling AFB to an off base site, meeting all Local, County, State, and Federal Regulations. The contractor shall not use any of the installation dumpsters for disposal. 28. CLEANING: Contractor shall ensure the work area is free from debris upon completion of the project. 29. GOVERNMENT FURNISHED SERVICES: Water, electrical power, and lighting will be made available to the contactor by the government in the performance of their work. 30. SECURITY REQUIREMENTS: 30.1. Base Entry Passes. The contractor shall submit to the Contracting Office a list of employees which will be working on base, along with their social security numbers not later than three working days prior to start of work in order to insure base entrance passes. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicle entering Bolling AFB. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD form 1172, application for Uniformed Services Identification Card. Vehicle registration, proof of insurance and a valid drivers license must be presented for all vehicles to be registered. Any lost vehicle and entry passes/badges shall be reported immediately to Security Forces and the Contract Officer. 30.2. The contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reason before the contract expires. 30.3. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. 31. WARRANTY: The contractor shall provide a written warranty agreeing to repair or replace materials or workmanship that fails within the specified warranty period. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (M), Site Visit: ?A site visit will be conducted on 28 May 04 at 09:00 a.m. EST. Attendees must enter Bolling AFB through the south gate off of interstate 295. ( NOTE: IT WILL TAKE APPROXIMATELY 60 MINUTES TO OBTAIN A BASE PASS; THEREFORE, PLEASE ARRIVE AT THE VISTOR CENTER NO LATER THAN 8:00 A.M.) Attendees must have a picture ID, registration, and proof of vehicle insurance in their possession. You will meet at the Visitors Center Bolling AFB, DC. Each offeror may send up to two (2) representatives. For security reasons, offeror must submit full name and social security number of each representative by facsimile to Valerie Gaines at 202-767-7887 or email at Valerie.Gaines@Bolling.af.mil no later than 27 MAY 04, 2:00 p.m. EST. If there are any questions after the site visit regarding this solicitation should be submitted IN WRITING by E-mail or Fax no No Later than 4:00 p.m. EST, 02 June 04 in order to be answered prior to quotation due date. (E-mail is the preferred method of communication). Offerors are not required, but strongly encouraged to attend the site visit. Add paragraph (N), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001, 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001, 252-247-7023 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.225-13 and 52.232-33. All offers must be received no later than 2:00 P.M. EST on 4 June 04 to 11th CON/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Lt, Ryan Goodwin, Contract Specialist, Phone (202) 767-7956 or Mrs. Valerie Gaines, Contracting Officer, Phone (202) 767-8036 FAX (202) 767-7887, E-mail to Ryan.Goodwin@bolling.af.mil
- Place of Performance
- Address: Bolling AFB, Washington DC,
- Zip Code: 20032
- Country: US
- Zip Code: 20032
- Record
- SN00590405-W 20040523/040521212134 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |