Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2024 SAM #8271
SOURCES SOUGHT

D -- D--Document Delivery and Interlibrary Loan Request Management System

Notice Date
7/18/2024 8:20:47 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NLM BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N97024Q00059
 
Response Due
7/25/2024 7:00:00 AM
 
Archive Date
08/09/2024
 
Point of Contact
WEBER, JANNA M, Phone: +1 301 496 6546
 
E-Mail Address
weberjm@nih.gov
(weberjm@nih.gov)
 
Description
This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Library of Medicine (NLM). The purpose of this Sources Sought Notice is to identify qualified business concerns who are interested in and capable of performing the work described herein. The NLM does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. This requirement is assigned North American Industry Classification System (NAICS) code 541511 with a size standard in dollars is $34,000,000. As a result of this Sources Sought Notice, the NLM may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NLM shall arise as a result of a response to this Sources Sought Notice or the NLM�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. BACKGROUND The mission of the National Library of Medicine (NLM) is to collect, preserve, and disseminate biomedical information. In support of this mission, NLM has assembled one of the largest collections of biomedical literature in the world. NLM makes its collections available onsite as well as to the global library community by offering ILL services. The Access Program of the Engagement Branch is responsible for performing NLM�s ILL services. NLM�s borrowing partners (hereafter, �customer(s)�) include health sciences, academic, government, and public libraries in the United States and other countries. Through ILL, NLM�s customers may request copies of journal articles, book chapters, conference papers, and other brief publications. NLM loans physical copies of monographs (books), audiovisuals, and microforms to U.S. institutions only. About 95% of the ILL requests are delivered via e-mail (PDF), web delivery, and Odyssey (software). Delivery options are based on the customers� preferred delivery method and NLM�s licensing agreements with publishers. The purpose of this requirement is to provide a document delivery and interlibrary loan request management system. The system shall facilitate tracking of interlibrary loan requests from receipt to delivery and facilitate the scanning of documents on document scanning workstations and the automatic delivery of these documents via the Internet or to be printed and/or mailed to the requesting institution. SCOPE For a five-year period, the vendor shall provide a document delivery and interlibrary loan (ILL) request management system. The system shall facilitate tracking of ILL requests from receipt to delivery. The system shall also facilitate the scanning of documents on document scanning workstations and the automatic delivery of these documents via the Internet or the tracking of requests to be mailed to the requesting institution. Billing and reporting features are also essential requirements of the system. There are two types of systems that may be considered for this contract, FedRAMP approved systems and non-FedRAMP approved systems. These shall be described separately in some cases. PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months from 09/01/2024 through 08/31/2025 with four optional 12-month option periods as follows. Option year one: 09/01/2025-08/31/2026 Option year two: 09/01/2026-08/31/2027 Option year three: 09/01/2027-08/31/2028 Option year four: 09/01/2028-08/31/2029 How to Submit a Response: 1. Capability Statement: Interested parties responding to this Small Business Sources Sought Notice must provide a capability statement that includes the following: Vendor name, address, e-mail address, website address, and telephone number. What Task Areas best support the requirements in the Statement of Work? Capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of corporate experience, organizational and staff capability, and expertise. If subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Past Performance for a Federal agency of a similar requirement in terms of complexity and size. Not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12-point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). 2. Questionnaire: Questionnaire responses are not mandatory; Offerors have the option of responding to any of the questions they choose. All responses are confidential and will be used solely for the purpose of determining the Offeror's understanding of the requirement and potential capability, as well as developing a future procurement strategy. 1. What specifically interests your firm in this requirement? 2. Do you foresee any areas of concern or challenges for your firm? 3. Are there any changes or clarifications you would suggest in the drafting of the S.O.W.? 4. Would you consider a Teaming Arrangement to meet the needs of this requirement? 5. Have you ever been awarded a similar requirement? If so, what was the vehicle used? (e.g., BPA - Multiple or single award, Task Order against GSA Schedules, GWAC, etc.) 6. Has your company ever worked on similar requirements, whether in the public or private sector? If so, what was the contract type (e.g., firm-fixed-price, time & materials, labor hours, hybrid)? 7. What type of annual budget would you assume for this requirement? Rough estimates are sufficient. 8. How likely are you to respond to a potential future solicitation related to this need? Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NLM to determine if it can meet the unique specifications described herein. Written responses shall be submitted on the NITAAC sources sought module. All questions must be submitted via the NITAAC sources sought module. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and Representations and Certifications Application at www.sam.gov. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, an RFQ may be published. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Janna Weber Janna.weber@nih.gov Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/04be5607501c4b3888e68613ce8fe55a/view)
 
Record
SN07135175-F 20240720/240718230124 (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.