Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
SOURCES SOUGHT

D -- eBook lending library

Notice Date
6/8/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Chief of Naval Installations Command - MWR/VQ, 5720 Integrity Drive Bldg 457, Millington, Tennessee, 38055, United States
 
ZIP Code
38055
 
Solicitation Number
RFI-eBook-lending-library
 
Archive Date
8/24/2012
 
Point of Contact
Linda Ruch, Phone: 901-874-6931, John Wolfslau, Phone: 901-874-6902
 
E-Mail Address
linda.ruch.ctr@navy.mil, John.Wolfslau@navy.mil
(linda.ruch.ctr@navy.mil, John.Wolfslau@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) 1.0 DESCRIPTION 1.1 The Nonappropriated Funds Instrumentality (NAFI) Office, Commander Navy Installations Command (CNIC) is issuing a Request for Information (RFI) under NAICS code 541512 in support of the Navy General Library Program (NGLP), and is seeking information on how an interested contractor could provide an all-inclusive, expandable, and non-web-based eBook lending library. 1.2 THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the NAFI to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by NAFI will arise as a result of a response to this RFI or NAFI's use of such information. Data submitted in response to this RFI will not be returned. No contract will be awarded from this announcement. 2.0 STATEMENT OF OBJECTIVES 2.1 Background: Recent changes in the publishing industry and price cuts for e-reading devices have resulted in a large segment of the population being served with e-Reader devices. These devices have made the circulation of eBooks an everyday option for library customers on shore with end users able to access an ever growing number of eBooks via direct purchase on personally owned devices. To keep pace with these publishing trends many libraries on shore also lend eReader devices to customers, and provide access to web-based digital libraries. eBooks in the current publishing and library marketplaces is dependent on customers having reliable internet access and sufficient bandwidth for file transfer. While underway, sailors on surface going vessels DO NOT have access to sufficient bandwidth continuously, and sailors deployed on submarines have NO access to recreational internet connections. Submariners also have a severely limited Surface Library Multimedia Resource Center (LMRC) collection because of storage restrictions. LMRCs that are able to store a physical library collection could be greatly expanded to provide access to current publications. All sailors, surface and submarine, also have restrictions on personal gear storage, and may not be able to pack and store every electronic device they wish to use while underway. Library services ashore and aboard ships are a mission essential component of the U.S. Navy's Morale Welfare and Recreation services, and the Navy General Library Program (NGLP) has provided on shore customers with access to a web-based digital lending library since 2005. 2.2 Purpose: This RFI is for an all-inclusive and expandable non-web-based eBook lending library that would bring a similar level of service to shipboard LMRC customers. The end product shall provide the NGLP with the capability of: (1) offering a high quality, easy to use, stand alone eBook library to afloat commands; (2) implement space saving technologies to streamline LMRC footprints on smaller vessels: i.e. submarines; and (3) improve diversity and broaden the appeal of LMRC collections currently limited by physical constraints on all vessels. The stand alone eBook lending library shall save storage space, provide enhanced access to leisure and educational reading materials, and bring LMRC customer service levels in line with industry standards. 2.3 Scope: The Contractor shall provide the necessary engineering, labor, hardware, software, support equipment, materials, training, transportation, accessories, follow-on warranty and maintenance control measures, and supervision and work control implementation to successfully design, engineer, install and test no less than four (4) stand alone eBook lending libraries. 2.4 Period and Place of Performance: The contractor must complete installation within the 180 day period of performance after receipt of award. The stand alone eBook lending libraries will be tested for ease of use, quality of collection, and device compatibility during the period of the ship's deployment (typically 6 to 10 months). During the ship's deployment the contractor shall troubleshoot and provide support remotely via communication avenues available to the ship while underway which may include, but would not be limited to, email, other web-based communication, telephone, or USPS. The NGLP will work with the contractor and indentified test sites to ensure installation and deployment schedules are compatible. At a minimum, the place of performance shall be aboard: Two (2) West Coast/Pacific Ocean based shipboard LMRCs; one (1) aboard a surface ship with a staffed LMRC; and one (1) aboard a submarine with an unmanned LMRC Two (2) East Coast/Atlantic Ocean based shipboard LMRCs; one (1) aboard a surface ship with a staffed LMRC; and one (1) aboard a submarine with an unmanned LMRC 2.5 General Requirements: CNIC NGLP desires to improve the quality and quantity of its shipboard library collections and the access of afloat library customers to current technologies presently only available on shore. All deliverables shall focus on the following core requirements: • Access to a broad/diverse collection of recreational and educational, digital reading materials; • Improved storage capabilities for shipboard LMRCs; • Enhanced customer experience for shipboard library user; • For each deliverable, plan for and create a disaster recovery plan; • All solutions must be amicable to new technology, secure, and designed so that customers of shipboard LMRCs can benefit from them; and • Equipment must be reliable and durable to operate effectively in a variety of environmental conditions such as, but not limited to, extreme heat, humidity and heavy seas. 2.6 Required Deliverables: (Minimum): • Engineer, design, install and test stand alone eBook lending library solution; • Supply a diverse, and well organized collection of recreational, and educational eBooks; • Collection will be augmented with basic cataloging for ease of search/use by customer; • System must be able to collect and provide statistical information to the NGLP. Statistical information shall include but is not limited to: hardware usage, amount of time a device is used during deployment; software usage; and which eBooks are read or circulated most; • Software (eBooks) shall be protected against deletion by end user ; • Hardware shall be protected so end users are unable to enter extraneous personally identifiable information within registration module - i.e. users shall not be able to enter personal credit card information on a device to purchase additional content either for personal or command use; • Provide as-built diagrams, once the product has been tested and validated; • Mark all equipment in accordance with OPSEC regulations which would be provided at time of contract award; • Provide animated Standard Operating Procedures in English. This will include pictures with arrows pointing to specific buttons, devices, etc.; • Provide warranty and help-desk guidelines once the equipment has been installed; • Provide Bill Of Materials (BOM) - equipment list shall include at a minimum: item name, item description, part number, quantity, unit, and any remarks the Contractor deems necessary; • Provide Narrative Technical Plan - describe in technical detail, the Contractor's solution. Each item in the BOM shall be included in the technical plan to provide NAFI the detailed capability of proposed solution; • Provide Preliminary As-Built/Schematics - this shall combine the technical plan with the BOM in an encompassing system design drawing as well as a detailed schematic of the solutions signal and circuitry path as it relates to each piece of the BOM; • Provide additional documentation - shall include documentation as to the validity of the design, its ability to interface with other peripherals, system updates and patches and potential upgrades to the digital collection. Shall provide the Navy General Library Program with the reference which shall document the validity of equipment design; • Documentation shall be submitted as follows - one paper copy and files copied to an external hard drive (contractor provided). The external hard drive must be marked UNCLASSIFIED, FOR OFFICIAL USE ONLY. Electronic documents must be verified with PMO PM before submission, due to software constraints; and (End of Statement of Objectives) 3.0 RESPONSES 3.1 Responses to this RFI should not exceed fifty (50) pages prepared in Microsoft Word with Times New Roman 12 point font, and must contain the following information: (a) Capability statement which includes information on the type of technology used; (b) Pricing information; (c) Service history; (d) Technology Readiness Level (TRL) if not a fielded system; (e) Delivery schedule; and (f) Clearly mark any information that is proprietary. 3.1.1 Responses are due by 23 July 2012. E-mail is an accepted method of submittal, but responses can also be mailed to Department of the Navy, Commander Navy Installations Command, Millington Detachment N944, 5720 Integrity Drive, Building 457, Millington, TN 38055, ATTN: John Wolfslau, Contracting Officer or Linda Ruch, Contract Specialist, Contractor. Please send e-mail or mail responses to the attention of Contracting Officer, john.wolfsau@navy.mil, and Linda.Ruch.Ctr@navy.mil.. 3.1.2 Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, John.Wolfslau@navy.mil, or linda.ruch.ctr@navy.mil.. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 19 July 2012 will be answered. 4.0 SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide an interested contractor(s). The information provided in the RFI is subject to change and is not binding on the NAFI. The NAFI has not made a commitment, nor has NAFI issued a solicitation to procure any of the items discussed. Release of this RFI should not be construed as a commitment, or as authorization to incur cost for which reimbursement would be required or sought. All submissions become NAFI property and will not be returned. NAFI will not pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked as such. 5.0 CONTRACTING OFFICE ADDRESS: Commander Navy Installations Command Millington Detachment N944 5720 Integrity Drive, Building 457 Millington, TN 38055 ATTN: John Wolfslau, Contracting Officer john.wolfslau@navy.mil Linda Ruch, Contract Specialist, Contractor linda.ruch.ctr@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f070354a3d45debbed6d486329ac4395)
 
Place of Performance
Address: various, United States
 
Record
SN02770759-W 20120610/120608235426-f070354a3d45debbed6d486329ac4395 (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.