Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2016 FBO #5445
SOURCES SOUGHT

70 -- Library Information Systems Requirement - Package #1

Notice Date
10/18/2016
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-17-R-LIBR
 
Archive Date
12/3/2016
 
Point of Contact
Lucille Buchwald, Phone: (757) 501-5733, Robin L. Kemp-Tate, Phone: (757) 501-8128
 
E-Mail Address
lucille.buchwald.civ@mail.mil, robin.l.kemp-tate.civ@mail.mil
(lucille.buchwald.civ@mail.mil, robin.l.kemp-tate.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Appendix B: Current Operating Environment of TRADOC Libraries Appendix A: Desired Features THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Training and Doctrine Command (TRADOC) Library Information Systems Requirement. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. A need is anticipated for the Training and Doctrine Command (TRADOC) Library Information Systems Requirement. The U.S. Army Training and Doctrine Command (TRADOC) Command is requesting information from vendors, nonprofit organizations, library consortia, and others concerning their interest in and ability to provide library management systems in a consortia environment. The goal is to create a federated TRADOC Libraries Enterprise System that will combine 13 stand-alone Libraries into a unified library management services platform. This service will combine like processes and provide the ability for staffs to work collaboratively to license, manage, discover, use, share and preserve collections (print and electronic) resources across TRADOC Libraries. Creating this single, shared system environment will enable TRADOC and the associated Army University to maintain the Academic Library System required to enable rigorous and relevant learning and to maintain its DOD and Academic Accreditations. We are exploring options and investigating solutions to meet TRADOC's educational institutions' goal of moving to a shared system designed for the work of today's libraries. The system must exceed traditional integrated library system (ILS) capabilities, streamline operations and eliminate redundancies and inefficiencies associated with legacy systems that were designed primarily for management of independent print collections. In June 2016, TRADOC created a Shared Library Management Systems Coordinating Group consisting of representatives from the 13 TRADOC libraries. The strategic goal of the Coordinating Group is to review and identify unified library management services platforms that will provide increased opportunities to work collaboratively to license, manage, discover, use, share and preserve collections and resources across academic libraries. Specific goals included ▪ Improve information resource discovery and sharing across institutions by providing a common discovery, access and delivery experience ▪ Shared collection management among administratively separate institutions o Acquisitions and Licensing o Cataloging/Metadata/Authority Control o Electronic Resource Management ▪ Facilitate the management and analysis of collections across all institutions ▪ Increase operational efficiencies by lowering total operating costs and through leveraging expertise, skills and knowledge across all institutions ▪ Move towards building a "collective collection" for TRADOC Libraries ▪ To determine the approximate cost of acquiring and implementing a next-generation library services platform Desired Features The features listed in APPENDIX A are intentionally defined in broad terms rather than detailed functional requirements. Responses should provide enough information to convey the capabilities of the service but are not expected to include a detailed summary of all functions. Note that the term "collections" is intended to include all types of materials that comprise an academic and technical library collection, whether published, unique, digital or print. Throughout your response, describe where participating libraries will be able to customize features, workflows, etc. The U.S. Army's Training and Doctrine Command (TRADOC) is organizing their professional military education programs into a university system to increase academic rigor, create greater opportunities for accreditation, and enhance the quality of the force. Named "the Army University", this initiative will align the officer, warrant officer, non-commissioned officer, and civilian education programs across TRADOC under a single academic structure. The TRADOC Libraries are the academic libraries that support a number of the schools/programs that now make-up Army University. The libraries will function collectively as the Army University Library, while continuing to provide support to the individual schools with which they are associated. See APPENDIX B for a description of these libraries. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 541519, Other Computed Related Services, with a size standard of $27.5 in millions of dollars. It is required that all contractors doing business with the Government is registered with the System for Award Management (SAM) at website: www.sam.gov. Your response shall include the following information: revenue for last three years, number of employees, information on company's ability to sustain growth (including any lines of credit), relevant past performance on same/similar work for not more than three years and your company's capability and capacity to do this type of work. Documentation of technical expertise and capability in accordance with the draft PWS must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Vendors are to address how they will be compliant with the Limitations on subcontracting clause if subcontracting will be considered as part of their strategy. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, company mailing and physical address, Company website URL, DUNS number, CAGE code, Companywide annual sales volume and number of employees, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), number of years in business related to the sources sought, demonstrated expertise in supporting similar services, demonstrated history as a trusted partner to libraries, museums, archives, or similar cultural institutions. Provide a copy of standard contract, and pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. This is not a solicitation. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement W911S0-17-R-LIBR. Responses shall be limited to 15 pages. Responses are due by 18 November 2016 at 11:00AM EDT. Responses shall be emailed to Robin Kemp-Tate, Contract Specialist; robin.l.kemp-tate.civ@mail.mil, and Lucy Buchwald, TRADOC Command Librarian Lucille.c.buchwald.civ@mail.mil. Any questions regarding this notice or the attachments shall be provided separate from the sources sought response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5ecf27e0eeb7cf64d241581f91a3a99c)
 
Place of Performance
Address: See Appendix B for locations, United States
 
Record
SN04307060-W 20161020/161018234422-5ecf27e0eeb7cf64d241581f91a3a99c (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.