SOURCES SOUGHT
R -- SERVICES and DATA ACQUISITION FOR LIBRARY OPERATIONS, DATA ACQUISITION, and WEB HOSTING SERVICES - (LODAWEB) PERFORMANCE WORK STATEMENT Attachment 1
- Notice Date
- 5/12/2011
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-11-R-7984
- Archive Date
- 6/28/2011
- Point of Contact
- RICK WELLS, Phone: 9376564437
- E-Mail Address
-
rick.wells@wpafb.af.mil
(rick.wells@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- LODAWEB Capabilities Package Checklist PERFORMANCE WORK STATEMENT FOR LIBRARY OPERATIONS,-DATA ACQUISITION, and WEB HOSTING SERVICES (LODAWEB) SOURCES SOUGHT SYNOPSIS FA8604-11-R-7984 SERVICES and DATA ACQUISITION FOR LIBRARY OPERATIONS, DATA ACQUISITION, and WEB HOSTING SERVICES (LODAWEB) A. PURPOSE: The purpose of this Sources Sought for FA8604-11-R-7984 is to determine if there are sufficient businesses, small or otherwise, available who are capable of performing the LODAWEB effort described herein. ASC/PKESI (Wright-Patterson AFB in Dayton, OH) is seeking sources to provide a broad range of professional library and web hosting services and expertise including library operation, specialized information research (including research in foreign languages), limited translation activities, web hosting services, and significant data acquisition. B. BUSINESS SUMMARY: These are firm-fixed-price (FFP), performance based services with an estimated price of $725K per annum. A core requirement consisting of a 1-year base with four 1-year option periods is anticipated (February 2012 through February 2017). Options on an annual basis are anticipated pending funds availability. These are not inherently governmental functions, personal services, or Mission Essential services. Additionally, data acquisition of several thousand items on a cost reimbursement basis at an estimated cost of $1-$4 million per year. C. DISCLAIMER: Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This Synopsis does not constitute a Request for Proposals (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as-required basis, for further clarification on information provided. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The Government may use the capabilities information gathered from the LODAWEB Sources Sought Synopsis to develop an acquisition strategy. Foreign participation on this contract is not authorized. D. SMALL BUSINESS (SB) SET-ASIDE: No set aside decision has been made. However, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a SB Set Aside is that small business prime contractors must perform at least 50% of the effort as defined in Federal Acquisition Regulation (FAR) clause 52.219-14*, Limitations on Subcontracting. NOTE: If a SB Set-Aside determination is made for LODAWEB services, at least 50 percent of the Firm Fixed Price of contract performance incurred for personnel shall be expended for employees of the concern (i.e. prime SB contractor). * FAR 52.219-14, Limitations on Subcontracting (Dec 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract in the case of a contract for: (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Capability statements and the summary table submitted by large business must discuss the potential for achievement of DoD and Air Force small business goal categories such as Historically Black Colleges and Universities (HBC&U), Women Owned Small Business (WOSB), Small Disadvantages Business (SDB), Veteran Owned Small Business (VOSB), etc. E. NAICS and SIZE STANDARD: The Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) Codes to establish size standards on an industry-by-industry basis. LODAWEB will utilize NAICS code 518210, Data Processing, Hosting, and Related Services, with a size standard threshold of $25M. Significant library services are required to perform this effort (reference NAICS 51912) however web hosting is extremely critical for LODAWEB therefore, for acquisition purposes NAICS code 518210 and size standard $25M will be utilized for LODAWEB. F. SERVICE OVERVIEW: The contractor shall provide all personnel and supervision necessary for LODAWEB services in Dayton, Ohio on behalf of select Air Force and government organizations. The contractor is responsible for a collection of over 123,000 volumes of print monographs and journals (including approximately 200 active print subscriptions) and hosting or providing access to hundreds of online sites and databases and thousands of online journals. The print archive facility will be housed in a government provided facility on Wright-Patterson AFB. The LODAWEB offices will be in a government provided facility in Dayton, OH. The majority of the collection (both print and online) is in foreign languages and consists primarily of information on science and technology, geopolitics, military systems, and military science. Reference research on related topics and on the international information industry in general will also be performed. This contract will require the acquisition or licensing of material or data in all media as described in paragraph B above. Selected publications or data will be forwarded to various organizations for data processing. G. SERVICE REQUIREMENTS: Please see LODAWEB performance work statement (PWS) dated 02 May 2011 (Attachment 1) for a detailed list of requirements for the LODAWEB effort. Please forward any questions and/or comments concerning the PWS to the Air Force POCs in Paragraph L below. H. CAPABILITIES PACKAGES: Interested parties must submit a capabilities package that is brief and concise, yet clearly demonstrates their abilities to meet the PWS requirements with sufficiently qualified personnel. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and, as such, may contain any information (subject to the page limitations stated below) the interested party feels is relevant. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The following issues-weighed to describe their relative importance-must be addressed: a. Clearly describe your company's background and experience, within the past 5 years, searching commercial and government information databases, searching the internet, providing web hosting, and performing network services. (25%) b. Clearly describe your company's background and experience, within the past 5 years, in conducting foreign language information acquisition, information research, and translation. (25%) c. Clearly describe your company's business and financial processes and resources to ensure the LODAWEB's data acquisition integrity. Data acquisition will be performed on a cost reimbursement basis and expenses fluctuate from a few thousand to $500,000 per month. (20%) d. Clearly describe your company's background and experience, within the past 5 years, in conducting professional library operations and collection maintenance with graduate trained staff for government institutions and the private sector. (20%) e. Clearly provide evidence of your company's ability to perform at least 50% of FFP service cost of the contract. (10%) I. FORMAT OF CAPABILITIES PACKAGE: The response must not exceed five single-spaced, 12 point typed pages including the one page Capabilities Package Checklist table summary (LODAWEB CPC.doc) (Attachment 2). Double-sided pages will be counted as two. All materials submitted in response to this sources sought synopsis must be received no later than 13 June 2011. (Your completed Attachment 2 should be named: Company Name_LODAWEB CPC_Your POC name.doc) J. COMPANY INFORMATION: Provide the following information about your company: a. Business size based on NAICS code 518210, size standard of $25M. b. Points of contact, addresses, phone numbers and e-mail (including DCMA ACO). c. Provide DUNS and CAGE codes for the business entity that will perform the work at WPAFB. d. Discuss the term and contract number of any contracts for similar services. e. Corporate or governmental points of contact, addresses, phone numbers and e-mail for any contracts discussed in subparagraph J.d. above. K. INDUSTRY DAY: TBD L. AF POCs: Questions concerning this requirement should be electronically sent to both the Contract Negotiator Richard Wells, email: richard.wells@wpafb.af.mil, phone: (937) 656-4437 and to the Contracting Officer Pat Krabacher, e-mail: patricia.krabacher@wpafb.af.mil, phone: (937) 656-7354. M. INDUSTRY RESPONSES: Responses should be submitted electronically no later than 4:00 PM (EDT),Wednesday, 13 Jun 2011 2011 to Pat Krabacher, Patricia.Krabacher@wpafb.af.mil AND to Edward Humphrys, Edward.Humphrys@wpafb.af.mil. Late responses may not be reviewed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-11-R-7984/listing.html)
- Place of Performance
- Address: Wright Patterson AFB, Dayton, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02446071-W 20110514/110512234253-63f66a7f844e3937438600ae81eefab1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |