Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOLICITATION NOTICE

76 -- FY18 EOS.WEB Academic - Notice of Intent to Award Sole Source

Notice Date
7/24/2018
 
Notice Type
Presolicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8604-18-P-5072
 
Archive Date
8/14/2018
 
Point of Contact
Samuel Pacheco, Phone: 937-255-7858, Timothy D. Smith, Phone: 937-255-7324
 
E-Mail Address
samuel.pacheco-ortiz@us.af.mil, timothy.smith.109@us.af.mil
(samuel.pacheco-ortiz@us.af.mil, timothy.smith.109@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Award Sole Source NOTICE OF INTENT TO AWARD SOLE SOURCE The United States Air Force (the Government) intends to issue a Firm-Fixed-Price Purchase order to a single source, Sirsi Corporation Dba. SirsiDynix, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 1 August 2018. The period of performance (PoP) shall be from 20 August 2018 - 19 August 2019. FSC: 7630 NAICS: 519130 Size Standard: 1000 employees Subscription name: EOS Web Academic Supplier name: Sirsi Corporation dba. SirsiDynax Product description: A web-based integrated library system (ILS) for use within the government, academia, and specialized library communities. An integrated library system, also known as a library management system (LMS), is an enterprise resource planning system for a library, used to track items owned, orders made, bills paid, cataloging of items, and patrons who have borrowed items. Product characteristics an equal item must meet to be considered: • Provide a secure, web-based interface hosted by the ILS system provider (the library cannot facilitate the hosting of an ILS on an Air Force server). • Allow access to multiple library staff users via secure username and password login. • Provision for the following system modules (or their equivalents): o Acquisitions - tracks and processes the purchasing of library materials through ordering, claiming, receiving, and invoicing o Cataloging - capability to manage a library's bibliographic, authority, and item records o Circulation - automated circulation system with provisions for checkout, check in, renewals, holds, accounting of fines and fees and interlibrary loans o Academic course reserves o Inter-Library Loan Management - allows library patrons the freedom to browse and request items outside their library o OPAC (online public access catalog) - simple and advanced searching, title lists, and complete record displays. Makes check-in information immediately available to the online catalog, making it possible to identify missing issues o Reference Statistics Tracking - tracks and coordinates research requests ranging from short, factual requests to in-depth and time-consuming reference questions, promoting a higher level of research service continuity o Reports dashboard (system tool to generate custom reports) o Serials management - enables control receipt of journals, series, and supplements, no matter what their publishing schedule is or location o Z39.50 Client & Server (Z39.50) - an international standard client-server, application layer communications protocol for searching and retrieving information from a database over a TCP/IP computer network. It is covered by ANSI/NISO standard Z39.50, and ISO standard 23950. (The standard's maintenance agency is the Library of Congress.) This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 5 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. A determination not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Contractors should be aware of the following information: 1. Contractors must include the following information: a. Points of contact, addresses, email addresses, phone numbers. b. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above. c. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone. d. Company CAGE Code or DUNS Number. 2. If this posting specifically references brand name products, offerors are encouraged to suggest products other than those specifically referenced. Responses must address how the alternate product meets the product characteristics specified above. 3. Submitted information shall be UNCLASSIFIED. 4. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Samuel Pacheco at samuel.pacheco-ortiz@us.af.mil and Timothy Smith at timothy.smith.109@us.af.mil no later than 30 July 2018, 2:00 PM EST. Any questions should be directed to Samuel Pacheco through email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-P-5072/listing.html)
 
Record
SN05004684-W 20180726/180724231038-8bc754dc3eb92aad0c3a47de0f344394 (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.