Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

E -- Library Digital Infrastructure - Statement of Work

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
Export - Import Bank of the United States, Office of Contracting Services, Contracting Services, 811 Vermont Avenue, N.W., Washington, District of Columbia, 20571
 
ZIP Code
20571
 
Solicitation Number
EXIM-12-Q-0057
 
Archive Date
10/9/2012
 
Point of Contact
Lorita Jackson, Phone: 2025653317, Annemarie Spence, Phone: 2025653359
 
E-Mail Address
Lorita.Jackson@exim.gov, annemarie.spence@exim.gov
(Lorita.Jackson@exim.gov, annemarie.spence@exim.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment C: Pricing Table Attachment B: Offeror Past Performance Self-Assessment Attachment A: Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; A WRITTEN SOLICITATION WILL NOT BE ISSUED. The provisions and clauses incorporated herein are those in effect as of Federal Acquisition Circular (FAC) 2005-60 dated 8/27/2012. The Export-Import Bank of the United States (Ex-Im Bank) seeks to make an award for Library & Archives Digital Infrastructure in the Cloud. The Firm Fixed Price award will be for the software system installation (plus four consecutive twelve month options, for maintenance and service). The estimated value for this action is anticipated to be at or below the Simplified Acquisition Threshold of $150,000.00, including all options if exercised. The applicable NAICS code is 519120-Libraries and Archives, with a small business size standard of $7.0M. There are no set-asides identified for this procurement. The Ex-Im Bank of the United States' Research Library has a requirement for a cloud-based integrated library, discovery, and archival asset management system, in accordance with the attached Statement of Work. The successful Offeror will provide the technology, knowledge, and service to install, implement and manage both library and archival functions. Library functions include circulation, patron management, acquisitions, inventory control, access to a large union catalog and interlibrary loan within that union catalog community, vendor management, and reporting. Archival functions include archival digital asset management for the storage, description, and preservation of digital assets, the storage and display of finding aids and other access points to print collections, front-end access to both print and digital records, and reporting. A discovery system will provide integrated access to both print and digital library and archival content in a single place, pulling from the Integrated Library System (ILS), the archival asset management system, a union catalog, commercial databases, internal databases, and other sources. These services provide crucial access management of the Research Library and Archives' holdings without which The Bank would be unable to make critical financial decisions in its dealings with sovereigns and banks. This solicitation incorporates the FAR clauses 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012) 52.212-2 Evaluation - Commercial Items (Jan 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2012); as amended to include: 52.217-9 (Option to Extend the Term of the Contract (Mar 2000)); and 52.237-3 (Continuity of Services (Jan 1991)) for commercial items and services. Factors for Award Supplemental Information to Clause 52.212-2: Paragraph (a) evaluation factors for award are: Factor 1, Understanding of the Statement of Work including subfactors: A. Knowledge of the SOW and technical approach and management approach, specifically how to plan, organize, staff, and control the performance of the tasks, assignments, and deliverables related to the SOW (Sections A Contractor Capacity Requirements, B General System and Support Requirements, C Back-End: Library & Archives Staff Functional Requirements, D Front-End: Patron Interface Functional Requirements and E Implementation Requirements). B. Specific knowledge of SOW sections C.2.8 Digital Asset Management and D.2 Archival Content Interface. Factor 2, Corporate Experience and Past performance • The Government will assess the extent to which references demonstrate Offeror's recent and relevant experience. The Government will assess the Offeror's technical expertise on the basis of the Offeror's experience with the same or similar type of work. The Corporate experience factor is related to assessing whether or not the Offeror has performed the work. The Government will assess the extent to which references demonstrate the quality of Offeror's recent and relevant past performance. The Government will evaluate the quality (i.e. the how well) of Offeror's past performance on same or similar type of work, to include how well the firm recruited and maintained staff, and how responsive the firm was to the Government. The Past Performance factor is related to assessing how well the contractor has performed. Offeror shall provide Corporate Experience and Past Performance References, as follows: • The Offeror must submit forms for OFFEROR SELF ASSESSMENT CORPORATE EXPERIENCE AND PAST PERFORMANCE INFORMATION (copy enclosed) to convey past relevant experience on related or similar Federal, State and local Government, and private contracts and subcontracts it has held within the last three (3) years and all contracts and subcontracts currently in progress which are of similar nature and complexity to that which is detailed in the Request for Quotation. • REFERENCES. The evaluation of Corporate Experience and Past Performance will use the same references--at least two (2) and not more than four (4) references for previous contracts for the same or similar work--but each award factor is evaluated differently. Prepare and submit references for at least two (2) but not more than four (4) projects or contracts that are similar in nature and that occurred within past three (3) years. • Include the names of references who can verify that the Offeror has done the type of work that must be done under the contract contemplated by this request for quote and who will provide information about the quality of your past performance. • Make sure that your reference information is up to date and that each reference will cooperate with us. • Do not give the name of a reference unless you have made sure we can reach that reference at the phone number, and email address you have provided, and that they will give us the information that we want. • If the prime Contractor or its subcontractors have no past performance history in the requisite contract amount, the Offeror may submit information on past performance at lower dollar levels, providing that the Offeror adheres to the above limitations as to the number of chronologically consecutive contracts. • Offerors must either provide the above information or affirmatively state in writing that it possesses no relevant directly related or similar past performance. Failure to submit the required Past Performance information by the due date may result in rejection of the quotation unless the Offeror has certified that it has no relevant or similar past performance experiences. • Sources may be asked to comment on quality of product/service, timeliness of contract performance, business relations, issue anticipation and prevention, problem resolution, extent of subcontractor involvement and management of subcontractors, commitment to customer satisfaction, cost consciousness and ability to forecast, manage, and control costs; end-user satisfaction and recommendation for further selection for award. • Sources other than those identified by your company in your task/delivery order quote may also be contacted or accessed by the Government, with the information received/retrieved by the Government used in the Government's evaluation of your company's past performance. Failure to comply with these instructions may result in an unfavorable evaluation of your corporate experience or past performance. Best Value. The Government intends to award to the responsible Offeror whose offer represents the best overall value to the Government, given the outcome of the Government's evaluation of each Offeror's technical proposal and price. In selecting the best overall value, the Government will consider the quality offered for the evaluated price. The Government may make trade-offs in all or some of the evaluated areas and determine that a proposal offers the best overall value to the Government. As technical merit of the Offeror's proposals become equal, the evaluated price may become the determining factor. The Contracting Officer shall determine what trade-off between technical merit and price promises the greatest value to the Government, price and other factors considered. Price. The price will be evaluated to verify that the price is reasonable. The Government may reject an offer as non-responsive if it is materially unbalanced as to prices for the basic requirement and the option quantities. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly inflated for similar work. Offeror's shall complete and submit via Email an MS Excel spreadsheet (not PDF) Attachment C: Pricing Table and include a statement that the quote will be valid for Sixty (60) days. The Government will not entertain alternate quotes, if you fail or refuse to assent to any terms in this solicitation, or fail to submit any of the information required then we will consider the offer to be unacceptable which will make the Offeror ineligible for contract award. The Government reserves the right to conduct discussions and to permit Offerors to revise their quotes if the Government thinks it is in its interest to do so. Any assumptions, exceptions or deviations to these terms and conditions, if any must be clearly indicated in the Offeror's quotation. Delivery. Contractor shall complete performance of installation not later than six (6) months after date of award. Proposals are limited to seventy-five (75) pages (including past performance references, graphs, and charts - no fold-outs). Pages in excess of the limit will not be evaluated. Offerors shall include screenshots with their written response. The one (1) page pricing spreadsheet will not count towards the page limit. Relative Ranking of Factors. 1) Understanding of the Work Statement - Technical Approach, 2) Corporate Experience and Past Performance are in descending order of importance, and technical merit is significantly more important than price. All responsible sources are invited to submit a proposal by 9:00 AM ET, Monday September 24, 2012. Questions are due by 9:00 AM ET Monday September 17, 2012. Attachments: Attachment A: Statement of Work Attachment B: Offeror Past Performance Self-Assessment Attachment C: Pricing Table PLEASE SUBMIT ONE (1) ELECTRONIC COPY OF PROPOSAL TO MS. LORITA JACKSON AT lorita.jackson@exim.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/XMBANK/OAS/CA/EXIM-12-Q-0057/listing.html)
 
Place of Performance
Address: Export Import Bank of the United States, 811 Vermont Avenue, N.W, Washington, District of Columbia, 20571, United States
Zip Code: 20571
 
Record
SN02876780-W 20120913/120912000435-834c452dd1bf3ddacd56ecdc7b4763b5 (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.