Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2024 SAM #8263
SOURCES SOUGHT

76 -- DAFL Cataloging and Interlibrary Loan Subscription

Notice Date
7/10/2024 2:28:35 PM
 
Notice Type
Sources Sought
 
NAICS
519210 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA805224PRE06B
 
Response Due
7/15/2024 2:00:00 PM
 
Archive Date
07/30/2024
 
Point of Contact
Jennifer Flores, Dorothy Howe
 
E-Mail Address
jennifer.flores.21@us.af.mil, dorothy.howe@us.af.mil
(jennifer.flores.21@us.af.mil, dorothy.howe@us.af.mil)
 
Description
This is a Sources Sought Synopsis published by the United States Air Force (the Government or USAF). There is no solicitation available at this time. Requests for a solicitation will not receive a response. The purpose of this sources sought notice is to conduct market research to determine whether there are businesses available capable of providing an alternative product that meets the characteristics below. The Air Force anticipates procuring this product as a 1year FY24 base effort with a projected period of performance of 31 July 2024 � 30 July 2025. Responses to this sources sought notice will assist in a determination of whether it is in the best interest of the Government to proceed with a competition. FSC: 7630 NAICS: 519210 � Libraries and Archives Size Standard: $21M Subscription name: DAFL Cataloging and Interlibrary Loan Subscription Description: DAF Libraries requires a resource that provides access to bibliographic, abstract, and full-text information for MARC (Machine Readable Cataloging) records. Must cooperatively produce and maintain records for use in a library online public access catalog (OPAC). Holding MARC records from public and private libraries worldwide for cataloging and interlibrary loan. DAF Library staff need access to interlibrary loan resources for customer's to borrow from other libraries worldwide to offset their current onsite collections. Must enable DAF libraries to participate in loaning and borrowing resources from other libraries around the world. Product Characteristics an equal item must meet to be considered: Must provide Cataloging and Interlibrary loan Services for Department of the DAF Libraries Must provide access to bibliographic, abstract, and full-text information for DAFL 11 Technical and 6 Academic Libraries. Must provide MARC records with library catalog standards of Resource Description and Access (RDA) and/or AACR2 for DAFL 11 Technical and 6 Academic Libraries to download for use in ILS. Must enable DAFL 65 MWR libraries to update MARC records holdings for ILL use with no cataloging/downloading of records. Must be able to provide access to interlibrary loan services and over 50 million bibliographic item records for cataloging resources from a network of over 1000 libraries worldwide for DAFL 11 Technical and 6 Academic Libraries. Must be able to provide access to interlibrary loan services and over 50 million bibliographic item records for cataloging resources from a network of over 1000 libraries worldwide for DAFL over 65 MWR libraries. Must be able to provide more than 500 million records available for copy cataloging in more than 480 languages that is continuously being updated and growing collection. DAF Libraries needs to be able to create new and original MARC records for unique electronic and print materials in their collections to be used in the DoD Libraries OPAC. DAF Libraries need to Authority records for use in the OPAC DAF Libraries should be able to register their new titles for interlibrary loan when doing copy cataloging for local holdings in the OPAC. Must provide Interlibrary Loan (ILL). ILL is a modern, cloud-based service that automates borrowing and lending processes through resource sharing network of 10,000+ libraries located worldwide. Must provide a resource sharing network that has access to millions of bibliographic records and billions of holdings. Quickly supply needed electronic or print resources, including hard-to-find items. DAF Libraries should be able to easily review what resources are available from other libraries, borrow directly from them, and share their materials. Must be able to provide single access point on a Z39.50 server. Must be able to interface through the Department of the Air Force Portal and the DoD Library Service Platform. Must be able to provide an ILL built with the latest standards (such as NCIP, Z39.50, OpenURL, and ISO 18626) and is FedRAMP-compliant. Must provide an ILL platform with the latest accessibility and security standards, including alignment to ISO 27001 and the NIST Cyber Security Framework. Must provide online training for library staff. VCL requires Best Value when evaluating vendors not lowest cost. VCL must be able to test the platform to evaluate if it meets requirements. Must provide username and password to view content on platform. 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 competes 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 an administrative decision by the Government that is solely within its discretion. 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 UEI. e. Capabilities Statement 2. This requirement is not intended for specific brand name products. Offerors are encouraged to suggest products other than those that may be specifically referenced by brand name. Responses must address how alternate product meet the product characteristics specified above. 3. Submitted information shall be UNCLASSIFIED. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose. Responses shall be emailed to Jennifer Flores at jennifer.flores.21@us.af.mil no later than 15 July 2024, 4:00 PM CDT. Any questions should be directed to Jennifer Flores through email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d73d763b7eb848c696c78a8e7356d85a/view)
 
Record
SN07123851-F 20240712/240710230126 (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 |
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.