Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2012 FBO #3865
SOLICITATION NOTICE

D -- Integrated Library Software System

Notice Date
6/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1500 West Perimeter Rd, Suite 2780, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-11-T-0100
 
Point of Contact
Benjamin Godfrey, Phone: 2406125663, Rhonda Coles, Phone: 240-612-5647
 
E-Mail Address
benjamin.godfrey@afncr.af.mil, rhonda.coles@afncr.af.mil
(benjamin.godfrey@afncr.af.mil, rhonda.coles@afncr.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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) No, FA2860-12-T-0100. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This requirement is set aside 100% for small business. The North American Industry Classification System code is 541511, with a business size standard of $25,500,000. CONTRACT LINE ITEM NUMBERS: 0001: Base Year: Non-Personal Services: To provide an Integrated Library Software System IAW the statement of work QTY:12 Months Period of performance shall be 12 months starting 28 September 2012 to 27 September 2013. Unit Price: ____________ Extended Amount: _________. 1001: Option Year 1: Non-Personal Services: To provide an Integrated Library Software System IAW the statement of work QTY:12 Months. Period of performance shall be 12 months starting 28 September 2013 to 27 September 2014. Extended Amount: _________. 2001: Option Year 2: Non-Personal Services: To provide an Integrated Library Software System IAW the statement of work QTY:12 Months. Period of performance shall be 12 months starting 28 September 2014 to 27 September 2015. Extended Amount: _________. 3001: Option Year 3: Non-Personal Services: To provide an Integrated Library Software System IAW the statement of work QTY:12 Months. Period of performance shall be 12 months starting 28 September 2015 to 27 September 2016. Extended Amount: _________. 4001: Option Year 4: Non-Personal Services: To provide an Integrated Library Software System IAW the statement of work QTY:12 Months. Period of performance shall be 12 months starting 28 September 2016 to 27 September 2017. Extended Amount: _________. Total Amount for Base and Four Option Years: ___________. STATEMENT OF WORK Scope of Work The JB Andrews Library is seeking a commercial firm fixed price contract for a new ILS. The Library has a staff of 11 requiring access to the ILS. There are approximately 4000 patrons and 35,000 bibliographic records. The environment will be a secure Software as a Service (SaaS) vendor hosted environment that includes 24/7/365 Technical Support with immediate response time in the event of an outage. Storage and backup of data files will be at vendor site within a secure facility. The SaaS environment will include Cataloging, Circulation, Authority, Serials, and Online Public Access (OPAC). Also included will be user authenticated single Integrated Search Engine with access to all purchased online library resources, access through social media, mobile capability, extensive reporting capabilities, capability to automatically email overdue notices, and Z39.50 OCLC cataloging capability to meet all Air Force (AF) requirements. The system will meet all Department of Defense (DOD) and AF computer requirements to prevent compatibility issues and must work with DOD and AF for access through secure firewalls. The vendor must be able to prepare and migrate all data from the current SIRSI Symphony 3.4 system. Implementation of the system must be completed by 15 Oct 2012. REQUIRED SERVICES Vendor hosting environment requirements: • Vendor hosting must be at a secure hosting facility. • The hosting facility must have a Disaster Response Plan in place to include backup generators, standby servers, and alternate data centers. • A complete server must be provided, including all server resources - CPU, memory, Disk, server-side networking, etc. • All future server capacity must be provided without future additional costs. • Full system backups must be performed daily. • Storage and backup data files to be kept at vendor site. • Servers must be monitored 24 hours per day, 7 days per week, 365 days per year. • All software upgrades to the ILS must be provided and performed by the vendor at no additional cost. • Administrators must be notified as soon as upgrades are available so work can be scheduled. • Provide 24/7/365 Technical Support. Circulation requirements: • Multiple use profile types. Differentiate between Military, Dependent, Civilian, Retirees, Students, contractor, and which Branch of Service (AF, Army, Navy, Marine, National Guard, etc). • Ability to set parent (main) and child (sub) accounts. • Capability to set options as needed including length of check out for each item, library hours as well as library closed days to be set in the system automatically for check out purposes. • Ability to customize date due receipts and overdue notices. • Capability of having multiple windows open concurrently. • Provide SIP protocol for automatic authentication Cataloging requirements: • Cataloging with Z39.50 access for MARC download and access to a cataloging system such as OCLC or LOC. • Must support the following formats: MARC 21, UNIMARC, COSATI/CENDI, DUBLIN CORE and future RDA formatting as implemented. • Ability to add, delete and edit records. • Must be able to easily create and print spine labels for newly added materials. • Must provide automatic authority control. OPAC requirements: • Online access that combines OPAC with content management system. • Ability to search contents of both library catalog and content management pages. • Must provide enriched content to include cover images, reviews, excerpts, tags, summaries and annotations. • Must allow for user contributions to data in the form of reviews and tagging. • Must provide faceted navigation. • Must provide relevancy ranking. • Must have a vibrant "Did you mean" feature. • Must allow patrons to set up RSS feeds. • Provide a child friendly version of the OPAC, with interactive displays that are simple and intuitive. • Ability to integrate with social media sites such as Facebook and Twitter. • Allow for authenticated access to online resources be made available to customers after logging into OPAC with library account number and PIN. • Mobile-friendly interface that maintains abilities of full site including searching the catalog, placing holds, and renewing items. • URL based searching with results that can be saved for later use. Serials requirements • Provide a fully integrated database. • Ability to add, edit or delete serial records. • Ability to checkin new materials. • Ability to provide routing slip printing. • Provide claiming capabilities. • Expected issues created upon creation of record. Reporting requirements • Reports must be viewable in multiple formats, lists, bar charts, pie charts. • Be able to print, download and email reports in a variety of formats. • Provide deep data analysis of collection, patrons, circulation and trends. • Provide customizable reports with the ability to make templates. • Complete data mining of patrons, circulation, records, collection codes, adds and deletions. Other requirements • Provide complete data preparation, analysis, normalization and migration. • Provide onsite implementation. • Provide onsite staff training, with follow up training available. • Provide complete help desk support available to all staff for all functions, public services and technical services. • Provide software upgrades at no additional charge. • Provide multiple means of sending overdue notices, email, text, or print. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial and addendum to FAR clause 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFAS (Chapter 2), and 252.225-7000. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical - the capability of the services being offered to satisfy the requirements of the Statement of Work (SOW). The offeror shall provide with his/her offer sufficient documentation, specifically addressing the following paragraphs: (1) Vendor hosting environment requirements; (2) Circulation requirements; (3) Cataloging requirements; (4) OPAC requirements; (5) Serials requirements; (6) Reporting requirements; and (7) Other requirements. The accompanying documentation must be adequate to enable the Government to reasonably evaluate offeror's ability to successfully perform the requirements of the SOW. The Government shall evaluate offeror's total proposal for evidence of offeror's demonstrated understanding of both the specific tasks and substantive issues included in the SOW, including how offeror has demonstrated his/her ability to provide services for an Integrated Library System. 2. Lowest price technically acceptable (LPTA): An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The offeror will be evaluated on the following factors: Vendor hosting environment requirements: • Vendor hosting must be at a secure hosting facility. • The hosting facility must have a Disaster Response Plan in place to include backup generators, standby servers, and alternate data centers. • A complete server must be provided, including all server resources - CPU, memory, Disk, server-side networking, etc. • All future server capacity must be provided without future additional costs. • Full system backups must be performed daily. • Storage and backup data files to be kept at vendor site. • Servers must be monitored 24 hours per day, 7 days per week, 365 days per year. • All software upgrades to the ILS must be provided and performed by the vendor at no additional cost. • Administrators must be notified as soon as upgrades are available so work can be scheduled. (10) Provide 24/7/365 Technical Support. Circulation Requirements: (1) Multiple use profile types. Differentiate between Military, Dependent, Civilian, Retirees, Students, contractor, and which Branch of Service (AF, Army, Navy, Marine, National Guard, etc). (2) Ability to set parent (main) and child (sub) accounts. (3) Capability to set options as needed including length of check out for each item, library hours as well as library closed days to be set in the system automatically for check out purposes. (4) Ability to customize date due receipts and overdue notices. (5) Capability of having multiple windows open concurrently. (6) Provide SIP protocol for automatic authentication Cataloging requirements: • Cataloging with Z39.50 access for MARC download and access to a cataloging system such as OCLC or LOC. • Must support the following formats: MARC 21, UNIMARC, COSATI/CENDI, DUBLIN CORE and future RDA formatting as implemented. • Ability to add, delete and edit records. • Must be able to easily create and print spine labels for newly added materials. • Must provide automatic authority control. OPAC requirements: (1) Online access that combines OPAC with content management system. (2) Ability to search contents of both library catalog and content management pages. (3) Must provide enriched content to include cover images, reviews, excerpts, tags, summaries and annotations. (4) Must allow for user contributions to data in the form of reviews and tagging. (5) Must provide faceted navigation. (6) Must provide relevancy ranking. (7) Must have a vibrant "Did you mean" feature. (8) Must allow patrons to set up RSS feeds. (9) Provide a child friendly version of the OPAC, with interactive displays that are simple and intuitive. (10) Ability to integrate with social media sites such as Facebook and Twitter. (11) Allow for authenticated access to online resources be made available to customers after logging into OPAC with library account number and PIN. (12) Mobile-friendly interface that maintains abilities of full site including searching the catalog, placing holds, and renewing items. (13) URL based searching with results that can be saved for later use. Serials requirements: (1) Provide a fully integrated database. (2) Ability to add, edit or delete serial records. (3) Ability to check in new materials. (4) Ability to provide routing slip printing. (5) Provide claiming capabilities. (6) Expected issues created upon creation of record. Reporting requirements (1) Reports must be viewable in multiple formats, lists, bar charts, pie charts. (2) Be able to print, download and email reports in a variety of formats. (3) Provide deep data analysis of collection, patrons, circulation and trends. (4) Provide customizable reports with the ability to make templates. (5) Complete data mining of patrons, circulation, records, collection codes, adds and deletions. Other requirements (1) Provide complete data preparation, analysis, normalization and migration. (2) Provide onsite implementation. (3) Provide onsite staff training, with follow up training available. (4) Provide complete help desk support available to all staff for all functions, public services and technical services. (5) Provide software upgrades at no additional charge. (6) Provide multiple means of sending overdue notices, email, text, or print. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Non-conformance with this requirement shall result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition are as follows: 52.204-9, 52.209-6, 52.211-6, 52.214-34, 52.214-35, 52.217-8, 30 Days, 52.217-9, (a) 15 Days, (b) 60 Days, (c) 60 Months, 52.219-6, 52.225-13, 52.232-18, 52.233-3, 52.233-4, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6:(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.204-7006, 252.232-7003, 252.232-7010, 252.243-7001, 252.212-7001 (DEV), 252.243-7001, 252.246-7000, 252.247-7023, ALT III, 5352.201-9101 (c): Col Timothy Applegate AFDW/PK 1500 West Perimeter Road, Suite 5750, Joint Base Andrews, MD 20762, phone #240-612-6111. FAR CLAUSE 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.222-3, 52.222-21, 52-222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. A redacted copy of the quotes is required in conjunction with the official quote. All quotes must be received by 12:00 P.M. Eastern Standard Time (EST) on 27 July 2012, questions are due in writing by 18 July 2012 by 12:00PM EST. Quotes can be mailed to the 11 CONS/LGCBA 1500 West Perimeter Road Suite 2780 Joint Base Andrews NAF, MD 20762 or e-mailed to Benjamin.godfrey@afncr.af.mil. An official authorized to bind your company shall sign and date the proposal. Questions concerning this solicitation should be addressed to SrA Benjamin Godfrey, Contract Specialist, Phone (240)612-5663.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-11-T-0100/listing.html)
 
Place of Performance
Address: JB Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02783778-W 20120624/120622235038-a976ba9780bfef31ef3f79ea2f06ebfa (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 |
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.