SPECIAL NOTICE
76 -- Notice of Intent to Award Sole Source - EOS Web Academic
- Notice Date
- 7/24/2020 11:51:12 AM
- Notice Type
- Special Notice
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- FA8650-20-Q-4381
- Response Due
- 7/31/2020 2:00:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Curtis Liska
- E-Mail Address
-
curtis.liska@us.af.mil
(curtis.liska@us.af.mil)
- Description
- 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, SirsiDynix EOS, under the authority of FAR 13.106-1(b)(1)(i) (only one source reasonably available) on or about 04 Aug 2020.� The period of performance (PoP) shall be from 20 August 2020 � 19 August 2021.� FSC: 7630 NAICS: 519130 Size Standard: 1,000 emp Subscription name: � EOS.Web Academic Supplier name: SirsiDynix EOS LLC Product description: AFRL/RQWL requires access to the EOS.Web Academic product from EOS International, a provider of web-based integrated library system (ILS) platforms. The EOS.Web Academic product is an innovative and frequently used ILS within the government, academic, and special library communities. The nine system modules required � Web OPAC, Cataloging, Circulation, Serials Management, Acquisitions, Z39.50 Client & Server, Course Reserves, Reference Tracking, and Interlibrary Loan � are vital to efficient library operations. Product characteristics an equal item must meet to be considered: 1. The required subscription is for a web-based integrated library system (ILS) product. 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. The required subscription will cover three Government Library Facilities located at Wright-Patterson Air Force Base. 2. The product must have a FedRAMP (Federal Risk and Authorization Management Program) status of �Ready,� �In Process,� or �Authorized,� or an equivalent certification equal to such statuses from other Federal agencies. 3. The product vendor must be able to provide evidence of use within the government library community, and academic and specialized library communities if possible. 4. The ILS system vendor must provide a secure, web-based interface hosted by the product provider (the libraries listed above cannot facilitate the hosting of an ILS on U.S. Air Force servers). 5. The product must allow access to multiple library staff users via secure username and password login. 6. The ILS product will have provision of the following system modules (or their equivalents): a. Acquisitions b. Cataloging c. Circulation d. Academic course reserves e. Interlibrary loan f. OPAC (online public access catalog) g. Reference statistics tracking h. Reports dashboard (system tool to generate custom reports) i. Serials management j. Z39.50 Client & Server (Z39.50 is 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: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. 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. 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. Company CAGE Code or DUNS Number.� In your response, you must address how your product meets the product characteristics specified above. Submitted information shall be UNCLASSIFIED. Responses are limited to 10 pages in a Microsoft Word compatible format. Responses should be emailed to Curtis Liska curtis.liska@us.af.mil and Jennifer Arnett at jennifer.arnett.1@us.af.mil no later than 31 July 2020, 5:00 PM EST.� Any questions should be directed to Curtis Liska through email.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9c29e4b315474127adbb606a2a2d6b77/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN05732726-F 20200726/200724230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |