Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOURCES SOUGHT

R -- Library and Archive Support Services - Performance Work Statement

Notice Date
3/27/2009
 
Notice Type
Sources Sought
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, NETC & Regional Support Section, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
LIBRARYHSFEEM09
 
Archive Date
4/25/2009
 
Point of Contact
Teresa V Dingle,, Phone: (301) 447-1077, Kimberly R Logue,, Phone: (301) 447-1266
 
E-Mail Address
teresa.dingle@dhs.gov, kim.logue@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
Personnel Minimum Qualifications Appendix C to Statement of Work Appendix B to Performance Work Statement Appendix A to Performance Work Statement Performance Work Statement This announcement is posted as a Request for Information (RFI) for an upcoming solicitation that will be posted on FedBizOpps (FBO) for the U.S. Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) for Library and Archive support services for the NETC Learning Resource Center, located at the National Emergency Training Center (NETC) in Emmitsburg, Maryland. This RFI is being issued to determine whether or not there are qualified HUBZone Small Business Concerns and Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB) that are interested and capable of meeting the requirements. Attached to this RFI is a DRAFT Performance Work Statement (PWS) and attachments. THIS IS A SOURCES SOUGHT ANNOUNCEMENT NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS NOT OBLIGATED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. NO SOLICITATION PACKAGE IS AVAILABLE AT THIS TIME AND REQUESTS FOR SOLICITATION PACKAGES WILL NOT RECEIVE A RESPONSE. The applicable NAICS code is 519120 Libraries and Archives, with a small business size standard of $7.0 million [average annual receipts for 3 preceding fiscal years]. The period of performance will be one (1) 5-month Base Period, with four (4) one-year option periods. It is anticipated that this contract will be a firm fixed price contract. NETC Learning Resource Center (LRC) staff must possess current knowledge of standard library operations and procedures and the use of state-of-the-art technology in libraries and information centers. While the LRC's primary mission is to provide library and information services to NETC staff and students, it has also evolved into a National reference service on fire and emergency management. Currently, providing service to off-site users is the LRC's most labor intensive activity and the most steadily increasing activity. The LRC collection contains approximately 180,000 items. The LRC's Online Card Catalog (OCC) accesses over 60,000 books and documents, 105,000 journal articles, and 6,000 audiovisual and non-print items. The OCC is searchable on the World-Wide Web at www.lrc.fema.gov. The primary service to be performed is: to provide library and information services and products to National Emergency Training Center (NETC) staff and students, the Nation's fire and emergency management community, and members of the general public with an interest in fire and emergency management. In accordance with FAR 19.1305, if your firm is HUBZone certified, or FAR 19.1405, if your firm is SDVOSB, and intends to submit an offer on this acquisition, please respond by email to teresa.dingle@dhs.gov. You must include the following information: (1) Full Company Name, address, phone number, primary contact(s), email address, company approved NAICS codes; (2) Evidence of experience in performing work similar in type, size and complexity to this requirement that reflects contract numbers, project titles, short project descriptions, and is inclusive of, but not limited to statistics from related library projects detailing monthly production averages for a) number of reference requests handled b) number of items checked out b) number of items cataloged by item type (include books, DVDs, reports or other formats as appropriate) d) number of ILL transactions and e) annual number of print and electronic serials subscriptions managed f) number of library staff on the project (broken out by professionals and technicians, number of employees under the contract, dollar amounts, and points of contact and current phone numbers. (3) Past Performance references with points of contact and telephone numbers; (4) A positive statement of your intent to submit a proposal as a prime contractor when the solicitation is issued. Contractors are reminded that should this acquisition become a HUBZone set aside or SDVOSB Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone or SDVOSB small business concerns. Responses must be submitted by 4:00 p.m. on April 10, 2009. Submissions shall not exceed 50 pages (no hyperlinks or electronic media). All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or SDVOSB set-aside or whether to issue a solicitation as a 100% Small Business set aside. Failure to submit all information requested may result in a decision to issue the solicitation as 100% Small Business set aside. This RFI is for market research and planning purposes only and is not to be construed as a commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this RFI. Respondents will not be notified of the results of the reviews. All information submitted in response to this RFI must be received on or before the closing date of April 10, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be3bf0b7b5cc494b44707a3588eb5aab&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Department of Homeland Security, National Emergency Training Center, 16825 S. Seton Avenue, Emmtisburg, Maryland, 21727, United States
Zip Code: 21727
 
Record
SN01779724-W 20090329/090327215846-be3bf0b7b5cc494b44707a3588eb5aab (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.