SPECIAL NOTICE
76 -- Notice of Intent to Award Sole Source - DAFL MWR Cataloging
- Notice Date
- 8/26/2024 6:56:54 AM
- Notice Type
- Special Notice
- NAICS
- 519290
—
- Contracting Office
- FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
- ZIP Code
- 78236-0119
- Solicitation Number
- FA8052PRE0737S
- Response Due
- 8/28/2024 3:00:00 PM
- Archive Date
- 09/12/2024
- Point of Contact
- Jennifer Flores, Ernest Medina
- E-Mail Address
-
jennifer.flores.21@us.af.mil, ernest.medina.2@us.af.mil
(jennifer.flores.21@us.af.mil, ernest.medina.2@us.af.mil)
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE The 773d Enterprise Sourcing Squadron (773 ESS) intends to award a Firm-Fixed-Price (FFP) purchase order to a single source, Baker and Taylor, LLC. under the authority of FAR 13.106-1(b)(2) (only one source reasonably available) on or about 30 August 2024. The period of performance (PoP) shall be: 31 Aug 2024 � 30 Aug 2029. Base Year: ������31 Aug 2024 - 30 Aug 2025 Option Year 1: 31 Aug 2025 - 30 Aug 2026 Option Year 2: 31 Aug 2026 - 30 Aug 2027 Option Year 3: 31 Aug 2027 - 30 Aug 2028 Option Year 4: 31 Aug 2028 - 30 Aug 2029 PSC:�7630 NAICS:��519290 � Web Search Portals and All Other Information Services Small Business Size Standard:�1000 Subscription:�DAFL MWR Cataloging Subscription Supplier:�Baker and Taylor, Inc. Product Description: The Department of the Air Force Libraries has a requirement to procure a subscription to a cataloging database of MARC (Machine Readable Cataloging) files for the MWR General libraries to use on a daily basis and that provides access to bibliographic, abstract, and full-text information for MARC 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. Must provide shelf-ready processing and full cataloging records to use in DoD MWR shared integrated library system (ILS). Product Characteristics an equal item must meet to be considered: Must provide Cataloging for over 65 Department of the DAF MWR Libraries. Must provide access to bibliographic, abstract, and full-text information. Must provide MARC records with library catalog standards of Resource Description and Access (RDA) and/or AACR2 for DAF libraries to download for use in the DoD Libraries shared OPAC holdings. Must provide a cataloging database and utility, offers access to the most up-to-date title information available.� The database features over 65 million records and is searchable by keyword, author, title, ISBN, Library Subject. Must provide a daily growing database of share input of MARC records. Must have workflow efficiencies built into the system: Intellisense, Best Record Match, SMARTCat and highly customized stacked macros that make standardizing batches of records easy. 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. Must be able to provide Intellisense interface that includes drag and drop ability.� Intellisense for fixed fields, tags, indicators and subfield, record comparison and able to merge multiple records to 1 new one. Must provide MARC records in a current, web-based Microsoft Azure technology with community forums, configurable homepage and advanced analytics. Must provide MARC templates and macros. Must run macros on a single record or clean up an entire batch with a single click. RDA-compliant templates speed original cataloging, regardless of material type. Must provide a comprehensive authority workflow that offers one-click Authority Linking for author, subject and series. Must be able to provide single access point on a Z39.50 server Must be able to interface with the DoD Libraries current Integrated Library System (ILS) PFTS Bibliovation with each of the individual library locations and other ILS providers. 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. 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 by 28 Aug 2024, 5:00 PM, CST for 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: 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 and UEI. � 2. �If this posting specifically references brand name products, offerors are encouraged to suggest products other than those specifically referenced. �Responses must address how the alternate product meets the product characteristics specified above. 3. �Submitted information shall be UNCLASSIFIED. 4. �Responses are limited to 10 pages in a Microsoft Word or PDF compatible format. Responses shall be e-mailed to Contracting Specialist: Jennifer Flores at jennifer.flores.21@us.af.mil no later than 28 Aug 2024 5:00�PM CST. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fdace0a51bd54634a309f40bbf613589/view)
- Record
- SN07185426-F 20240828/240826230117 (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 |