Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOLICITATION NOTICE

R -- Library Catologing & Serials Services - Package #1

Notice Date
7/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW, Room 6521, Washington, District of Columbia, 20230
 
ZIP Code
20230
 
Solicitation Number
12-00794
 
Archive Date
8/3/2012
 
Point of Contact
Gary Branch, Phone: 2024823819, Kathleen M. McGrath, Phone: 202-482-3552
 
E-Mail Address
gbranch@doc.gov, kmcgrath@doc.gov
(gbranch@doc.gov, kmcgrath@doc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Questionaire This solicitation is being reissued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as request for quote and the solicitation number is 12-00794. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is as 100% Small Business Set-aside. The NAICS Code is 519120 and the size standard is $7 Million. Line Item 0001: Library Cataloging & Serials Services Quantity 460 Hours - Hourly Rate tiny_mce_marker_______________. Total Amount tiny_mce_marker______________. Contractor shall provide Library Cataloging & Serials Services in accordance with the attached statement of work. Base Year: Period of Performance - 1 September 2012 through 31 August 2013. Line Item 1001: Library Cataloging & Serials Services Quantity 460 Hours - Hourly Rate tiny_mce_marker_______________. Total Amount tiny_mce_marker______________. Contractor shall provide Library Cataloging & Serials Services in accordance with the attached statement of work. Option Year I: Period of Performance - 1 September 2013 through 31 August 2014. Line Item 2001: Library Cataloging & Serials Services Quantity 460 Hours - Hourly Rate tiny_mce_marker_______________. Total Amount tiny_mce_marker______________. Contractor shall provide Library Cataloging & Serials Services in accordance with the attached statement of work. Option Year II: Period of Performance - 1 September 2014 through 31 August 2015 Offerors shall submit the hourly rate and total amount for each of the above line items along with their quotes. DESCRIPTION / SPECIFICATIONS / STATEMENT OF WORK Cataloging & Serials Services for DOC Library 1. General Information and Scope of Work The Department of Commerce promotes job creation, economic growth, sustainable development, and improved standards of living for all Americans by working in partnership with businesses, universities, communities, and our nation's workers. The Department touches the daily lives of the American people in many ways, with a wide range of responsibilities in the areas of trade, economic development, technology, entrepreneurship and business development, environmental stewardship, and statistical research and analysis. The DOC Library provides resources and research support to Commerce employees so they are better able to fulfill the mission of the Department. The collections include both print and electronic materials and cover subject areas related to business, economics, trade, legislation, law, and government publications. The library requires certain high-level skill sets in order to successfully process the subject-specific materials in the collection. Based on the size of the collection, the library only requires part-time cataloging assistance. The DOC Library needs a Contractor to perform original and copy cataloging of current and archival monographs, serials, and electronic resources for its collections. The Contractor will be responsible for adding, modifying, and discarding metadata in the online integrated library and the digital asset management system. Many items in the collection are damaged or deteriorating, and will require the Contractor to repair or recommend storage options based on current archival "best practices". The Contractor will perform basic technical work to prepare resources for shelving. The Contractor shall perform these activities in various circumstances: when creating records for new materials; when upgrading lower-level records to full-level; when updating records to meet current bibliographic standards; when updating records for continuations of all kinds (i.e. serials, multipart items, government publications, newspapers) to include new bibliographic and/or holdings information; in handling referrals and requests for corrections from Library staff in the course of problem-solving; as a result of review/revision; on a project basis. 2. Description of Tasks and Deliverables (i) Contractor shall perform original and copy cataloging of current monographs and serials (including title changes), and electronic resources for the DOC Library's collections. (ii) Contractor shall provide original and copy cataloging of archival monographs, serials (including title changes), and electronic resources for the Department of Commerce and other government publications. (iii) Contractor shall provide original cataloging for legislative histories in print and digitized formats. (iv) Contractor shall recommend and enter metadata for legislative histories and other publications into the on-line integrated library system (ILS) and the digital asset management system. (v) Contractor shall prepare and upload digitized resources into the digital asset management system. (vi) Contractor shall create, modify, and maintain serial check-in records in the on-line integrated library system (ILS). (vii) Contractor shall maintain the ILS records by checking weekly reports generated by the ILS and correcting typographical errors, cataloging errors, errors in ISBD punctuation, and any other errors noted. (viii) Contractor shall modify current catalog records to reflect changes in print retention, electronic holdings, subject fields, location, call number, and deaccession. (iv) Contractor shall identify damaged or fragile materials and repair or recommend storage options based on current archival "best practices". (x) Contractor shall provide limited technical processing (including only labels, label covers, and barcodes). 3. Performance Standards: Of primary importance the Contractor's performance is catalog integrity, so performance of the various component activities must be as near to perfect as is possible (95%). Correcting errors, resolving problems caused by a wide variety of bibliographic and treatment conflicts and database cleanup to clarify the library's holdings are "end-of-the-line" activities, and there are generally no avenues for further referral, except for those matters which involve departures from standard library policies. These catalog management functions, therefore, are characterized by the relative lack of definable and measurable standards and outside indicators that can be used to gauge performance. As a result, the Contractor's performance shall be evaluated by a broad-based review process which takes into account the source of assignments, difficulty of problems, impact of problems and their resolutions, feedback from other library staff, and the overall condition of the catalog and collection as the result of regulation and repair activities. The COR shall inspect performance using spot checks of newly added or modified records, visual inspection of print materials processed for shelving in the archives or regular collection, and volume of assigned work completed when compared to the difficulty of the task. 4. Skill or Relevant Experience Requirements Key personnel must have the following skills and experience: • A Masters Degree in Library Science or Library and Information Science from an institution accredited by the American Library Association. • Ten (10) years of recent professional library experience in original cataloging for monographs, serials, government publications, and electronic resources using the following: o Anglo American Cataloging Rules (AARCII) and current updates; o Library of Congress Rule Interpretations (most current); o Library of Congress Classification Scheme; o Library of Congress Subject Headings; o MARC Bibliographic Format. • Ten (10) years of recent professional library experience using integrated library automation systems. • Ten (10) years of recent professional library experience providing cataloging and serials services in a special library, government, corporate, or non-profit setting in which the primary duties were processing and cataloging a variety of print and electronic materials in the subject areas of business, economics, trade, legislation, law, and government publications. • Five (5) years of professional library experience using OCLC. • Five (5) years of recent professional library experience using SirsiDynix Symphony, specifically using SmartPort, creating, modifying, and discarding records, and creating and maintaining serial control records. • Two (2) years of professional library experience using SirsiDynix Enterprise/Portfolio (digital asset management system). 5. Government-furnished Resources A computer networked to a printer with the appropriate ILS and digital asset management system software, as well as Internet access, will be available. The Library will purchase all labels, label covers, barcodes, and any archival supplies the Contractor recommends that the COR deems reasonable to repair or store archival materials. The Library will provide copies of the Library of Congress Classification Schedules and the MARC Bibliographic Format. 6. Period of Performance The period of performance for the Base Period is from 9/1/2012 through 8/31/2013 with two (2) one-year options following the Base Period. 7. Required Working Hours The Contractor is expected to work during normal business hours (8am-5pm), on a part-time basis as needed, averaging 16 hours per week as authorized by the COR, but not to exceed 40 hours per work week. 8. Place of Performance The work will be performed in the DOC Library located at: 1401 Constitution Ave, NW Library, Room 1894 Washington, DC 20230 The provision 52.212-1 Instructions to Offers Commercial Items applies this acquisition. The provision 52.212-2 Evaluation Commercial Items is applicable to this solicitation: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Price, and Past Performance. Technical Capability criteria evaluation will address the following: Experience: Describe in detail their experience and proposed individual experience with providing the requirements in Statement of Work Sections 1 and 2. (Limit to 3 Pages) Key Personnel: Provide a resume for the proposed individual that includes the skill and relevant requirements in Statement of Work Section 3. (Limit to 3 Pages) Offerors are required to complete and return a copy of Far Provision 52.212-3 Offeror Representations and Certifications -Commercial, with its offer. Far clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. Far clause 52.212-5 Contract Terms and Conditions Required to Implement Statues and Executive Orders-Commercial Items applies to this acquisition and the following provisions and clauses are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.217 Evaluation of Options, 52.219-6 Notice of Total Small Business Set Aside, 52.219-14 Limitation on Subcontracting, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52,222-37 Employment Reports on Veterans, 52.222-40, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.232-36, Payment by Third Party, 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor any time prior to expiration of the current performance period. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 day¬s prior to contract expiration: provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 Months. (End of clause 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: U.S. Department of Commerce Office of Acquisition Management Commerce Acquisition Solutions, Room 6521 ATTN: Kathleen McGrath 1401 Constitution Avenue, NW Washington, D.C. 20230 FAX: 202-482-0456 Email: KMcGrath@doc.gov (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: U.S. Department of Commerce Office of the General Counsel Contract Law Division--Room 5893 Herbert C. Hoover Building 1401Constitution Avenue, NW Washington, D.C. 20230. Attn: Mark Langstein, Esquire FAX: (202) 482-5858 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 1401 Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.201-72 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (APR 2010) (a) Laura Swift is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: US Department of Commerce Office of Human Resources Management, Office of Policy and Management Room 1894 14th & Constitution Ave., NW Washington, DC 20230 (202) 482-1610 E-Mail: Laura Swift@doc.gov (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (c) Costs associated with printing, duplicating, or copying in excess of the limits in paragraph (a) of this clause are unallowable without prior written approval of the Contracting Officer. If the contractor has reason to believe that any activity required in fulfillment of the contract will necessitate any printing or substantial duplicating or copying, it shall immediately provide written notice to the Contracting Officer and request approval prior to proceeding with the activity. Requests will be processed by the Contracting Officer in accordance with FAR 8.802. (d) The contractor shall include in each subcontract which may involve a requirement for any printing, duplicating, and copying in excess of the limits specified in paragraph (a) of this clause, a provision substantially the same as this clause, including this paragraph (d). 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: U.S. Department of Commerce Office of Acquisition Management Commerce Acquisition Solutions, Room 6521 ATTN: Kathleen McGrath 1401 Constitution Avenue, NW Washington, D.C. 20230 FAX: 202-482-0456 Email: KMcGrath@doc.gov (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: U.S. Department of Commerce Office of the General Counsel Contract Law Division--Room 5893 Herbert C. Hoover Building 1401Constitution Avenue, NW Washington, D.C. 20230. Attn: Mark Langstein, Esquire FAX: (202) 482-5858 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 1401 Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.237-75 KEY PERSONNEL (APR 2010) (a) The contractor shall assign to this contract the following key personnel: (Name) (Position Title) (Name) (Position Title) (b) The contractor shall obtain the consent of the Contracting Officer prior to making key personnel substitutions. Replacements for key personnel must possess qualifications equal to or exceeding the qualifications of the personnel being replaced, unless an exception is approved by the Contracting Officer. (c) Requests for changes in key personnel shall be submitted to the Contracting Officer at least 15 working days prior to making any permanent substitutions. The request should contain a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contracting Officer will notify the contractor within 10 working days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes. (End of clause) INVOICE REQUIREMENTS (a) A proper invoice must include the following items (except for interim payments on cost reimbursement contracts for services): (1) Name and address of the contractor. (2) Invoice date and invoice number. (Contractors should date invoices as close as possible to the date of mailing or transmission.) (3) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (4) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (5) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. (6) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (7) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. (8) Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice. (9) Electronic funds transfer (EFT) banking information. (i) The contractor must include EFT banking information on the invoice only if required by agency procedures. (ii) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the contractor must have submitted correct EFT banking information in accordance with the applicable solicitation provision (e.g., 52.232-38, Submission of Electronic Funds Transfer Information with Offer), contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. (iii) EFT banking information is not required if the Government waived the requirement to pay by EFT. (10) Any other information or documentation required by the contract (e.g., evidence of shipment). (b) Provide signed original invoice and one copy or email one copy to: NIST Accounts Payable Office Bldg 101, Room A-836 MS 1621 100 Bureau Drive Gaithersburg, MD 20899 Telephone: (301) 975-2261 Fax: (301) 975-8283 Email: invoice@nist.gov (c) Inquiries regarding payment of invoices should be telephoned or emailed to NIST, (301) 975-2261, invoice@nist.gov; respectively. (d) If the supplies, services, technical or other reports are rejected for failure to conform to the technical requirements of the Order, or for damage in transit or otherwise, the invoice will be rejected and returned to the Contractor, starting the 30 day period over. (e) Contractor will clearly mark the final invoice with the legend "FINAL INVOICE." All offerors must complete the information below in section 2 this provision and return it along with its offer. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) Offers are due are in the contracting office at the address below by 12:00 PM Eastern Time on 19 July 2012. U.S. Department of Commerce Office of Acquisition Management (Room 6521) Attn: Gary Branch 1401 Constitution Avenue, NW Washington, D.C. 20230 FAX: 202-482-0456 Points of contact for this acquisition: Contract Specialist: Gary Branch (202)482-9813, Email: gbranch@doc.gov Contracting Officer: Kathleen McGrath (202)482-3552, Email: KMcGrath@doc.gov Offeror Information: Name of Contractor: ____________________________________ Address: ______________________________________ ______________________________________ ______________________________________ ______________________________________ Phone: ______________, Email: _________________ Signature: _____________________________________ Printed Name & Title: _______________________________________________ Date: ______________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/OS/OAM-OSBS/12-00794/listing.html)
 
Place of Performance
Address: Department of Commerce, 1401 Constitution Ave. NW, Washington, District of Columbia, 20230, United States
Zip Code: 20230
 
Record
SN02797409-W 20120711/120709235228-12a4f74cd3507bcb5bb5c421a604cf01 (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.