Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
DOCUMENT

D -- Card Catalog Web Subscription - Attachment

Notice Date
4/23/2012
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112I0200
 
Response Due
5/4/2012
 
Archive Date
7/3/2012
 
Point of Contact
Shon Johnson
 
E-Mail Address
ohnson@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice VA-701-12-I- 0200 Library Web Based Catalog Subscription Services Veterans Affairs Central Office (VACO) I. Introduction: This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties responding to this Sources Sought Notice. The purpose of this Sources Sought is to seek interested sources (Contractors) for a potential near-future solicitation(s) and procurement(s) for a Web based card Catalog Subscription for the VACO Library. II. Background: The Veterans Affairs Central Office (VACO) Library requires a Web Based system that will replace the current online card catalog system that was implemented in 2004. This system will provide VACO ecmployees desktop access to the Library's book and audiovisual collection and "back office" functions such as circulation, serials control and record maintenance to VACO Library Staff. III. Requirements: Contractor must provide: "Hosted Web based card catalog subscription accessible at VACO employees' desktops. "Public Access Function - Provides desktop access to onsite and field based VACO employees to the library's book and audiovisual collections. "Circulation Function - Allows materials to be checked-in or checked-out. "Journal Check-In Function (Serials) - Library staff use this to predict when a journal issue will arrive, check in new journals as they arrive and follow-up with electronic claiming to the journal vendor, ensuring that the library receives payment. "Bibliographic Control Function - Enables the importation of electronic cataloging records (Machine Readable Cataloging (MARC) format) so that employees have full access to titles as they are entered into the collection. "Technical Support Provided to VACO Library staff via toll-free telephone assistance or e-mail. "Subscription price must include all software upgrades as they are released. "Report Function - Must provide a report function that can provide statistical analysis of all functions, e.g. circulation, new books, etc. "Face to face training of all functions of the system VACO Library staff at the government site. "Face to face systems administrator training of the VACO Library project manager at the vendor or government site. "Vendor must provide server and software to host database at vendor's physical location. "Product must have serials check-in and serials pattern prediction capabilities. Security and Compatibility Requirements: "Product must be Section 508 compliant and vendor must supply proof of compliance. "Product must comply with all VA Security requirements. "Product must be compatible with Internet Explorer "Product is compatible with the Windows environment IV. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 20 pages in length, single spaced, 12 point font minimum. Contractors shall also include a cover page (not included in page limit) which includes, at a minimum, the company's name, address, Dunn & Bradstreet number, GSA contract number (if applicable), point-of-contact name, phone number, and e-mail address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements as follows: A.Experience 1.Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope of the requirements: a.Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b.Please be specific and provide a complete reference to include at a minimum the project name, contract award amount, level of effort, start and completion dates, and the project owners' contact information. c.Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. 2.A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1.A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2.Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a.Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide for the domain(s) (FR, LL, PE Integration), including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. Responses to the above information shall be provided no later than Friday May 4, 2012 at 4:30 PM EDT. Responses should be emailed to Shon Johnson at Shon.Johnson@va.gov. All Email Correspondence for this project must reference the RFI Number and Project Title in the subject line of the email. Example: VA-701-12-I-0200, Web Based Card Catalog Subscription. No phone calls will be accepted. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Primary Point of Contact: Shon Johnson, Contract Specialist E-Mail: Shon.Johnson@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0200/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0200 VA701-12-I-0200.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=326691&FileName=VA701-12-I-0200-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=326691&FileName=VA701-12-I-0200-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02729139-W 20120425/120423235650-0b94c395bd447ca412ae6df05bfb6372 (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.