|
COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347NATIONAL IMAGERY AND MAPPING AGENCY, 4600 SANGAMORE ROAD, BETHESDA, MD
20816-5003 R -- CATALOGING OF TEXT COLLECTION AT BETHESDA LIBRARY CENTER SOL
NMA301-99-R-0284 DUE 061199 POC Johnetta B. Williams, (301)227-1412
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED
IN ACCORDANCE WITH THE FORMAT IN 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. This solicitation,
NMA301-99-R-0284, is a request for proposal. The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-11. The procurement is set aside for
small businesses. The associated Standard Industrial Classification
(SIC) for this procurement is 8999 and the small business size is $5
million. Statement of Work For Re-cataloging of Bethesda Text Material:
1.0 Scope: Catalog and physically process approximately 30,000 volumes
of unclassified text material located at the NIMA Bethesda library
("The Library") using the OCLC system to input records. All
bibliographic records must be in accordance with current standardsand
practices for the use of MARC (Machine Readable Cataloging) and AACR2R
(Anglo-American Cataloging Rules, Second Edition, and Revised). All
geographic names should follow the practices of the U.S. Board of
Geographic Names (BGN). 1.1 Background: NIMA Libraries is in the
process of automating their collections so that the Libraries can
provide NIMA staff with an online public access catalog at their desks.
The NIMA Libraries have collections in several sites: Washington Navy
Yard (WNY); Bethesda (BTH), Reston (RST) and St. Lois (STL). The NIMA
Libraries reflect the Mission of NIMA and focus on imagery, imagery
systems, maps, area studies, cartography, geospatial information and
geography. The text collection at BTH focuses on support to
cartographic production (mapping). NIMA Libraries collect information
in both print and non-print formats related to imagery and mapping.
1.1.1 Approximately 50% of the information in the BTH Library is in
Foreign Languages including most, if not all, the major European
Languages, the Cyrillic Languages, some Arabic and Hebrew and other
less well known languages. 36% is English and 14% is multilingual. 1.2:
The purpose of the re-cataloging effort is to acquire bibliographic
metadata (cataloging) for textual material in a MARC format consistent
with ISO/ANSI/NISO standards (Specifically Z39.2, USMARC and AACR2R)
for inclusion in the Voyager Integrated Library System. 2.0: Applicable
Documents USMARC Bibliographic Format Anglo-American Cataloging Rules
2nd Edition, Revised OCLC Users Manual 3.0 Inspection of the BTH Text
Collection. The BTH text collection is located 4600 Sagamore Road,
Bethesda, Maryland and is available for inspection by appointment.
Offerors are encouraged to inspect the text collection. Contact Lynn
Tobin at (301) 227-2108 to arrange an inspection. 4.0 Requirements: 4.1
The Library will send the text materials to the contractor for
cataloging and physical processing. The contractor shall provide
suitable storage for the text materials. The materials will be unpacked
from the boxes (or other shipping packaging) and inventoried against a
list sent with the materials. All discrepancies will be reported to
the NIMA contact person within two working days via FAX and/or E-mail.
4.2 The contractor will have all books processed by trained Library
Technicians supervised by a professional Library Cataloger A
professional Library Cataloger must quality check all original
cataloging. The contractor must propose a plan for quality assurance
and work with the Library to implement it. 4.3 The contractor will
search the OCLC database using (in priority order): ISBN/ISSN, STRN, LC
Card Numbers, Author Name, Author Title Key, Title, or other available
information. The preference is for a DLC record from OCLC. If there is
no DLC record available, use the next most complete or authoritative
record from another US Government agency or large academic institution
in that order. Once a record is selected, the record should be
reviewed for the subject headings, call number and descriptive
information as well as the proper form and spelling of the author name
and title. 4.4 The contractor will use the OCLC system to input
records using the Library's OCLC profile, and account. In general, all
records should be from OCLC and should be in accordance with current
standards and practices for the use of MARC and AACR2R. All geographic
names should follow the practices of the U.S. Board of Geographic
Names (BGN) and FIPS 10-4. 4.5 The contractor will process the items so
that they will be ready to be reshelved in the Library with a barcode,
call number, spine label, and spine label protector. 4.6 In the case
of the text materials also including maps and charts as part of the
piece; the contractor will note the presence of this material in the
MARC record in accordance with best practices. 4.7 The contractor will
use Library of Congress Call Numbers (LCCN) in the MARC record tag 050
(if supplied by LC) or in the 090 if it is from another source. NIMA
Libraries also use Library of Congress Subject Headings (LCSH) 6XX,
indicator 2 is 0. 4.8 The contractor will add 651 (Geographic Name)
tags for additional access points for geospatial information, when
appropriate. In addition, if there are other tags that should be added
to increase the utility of the online catalog, then the contractor
should add them as needed. 4.9 For the few situations where there is no
record available in OCLC, the contractor will create a minimal MARC
record on OCLC for cataloging and downloading. The minimal sets of tags
for a record are: Call number (050, 090 or 099) Title statement (245,
246, 24X if needed) Physical Description (300)Publication, Distribution
(260)Subject headings (6XX) (Use LCSH) For Maps add map data (034 and
255) 4.10 The contractor will enter all records into OCLC in English
with the minimal number of tags in the foreign language in accordance
with best practice. Where the title is input in a foreign language the
contractor must add the translation in the appropriate field. 4.11 The
contractor will enter map data into the bibliographic record for text
material that includes maps and charts as part of the piece. The maps
will be cataloged, either as part of the book record or as a separate,
but related, bliographic record 4.12 The contractor will input the
barcode attached to the item in the 949a tag. 4.13 The contractor will
physically process items such that they will be able to go directly on
the shelves as soon as they return to the Library. The contractor will
place a spine label 1-= inches tall on the spine of the book with the
call number printed on it. If the spine is narrower than = inch the
label will be placed on the bottom left hand corner of the front cover.
The spine label will be covered with spine label protector to insure
against the loss of the label. If the item is a Reference item, it will
be noted on the label on the spine atop the call number. 4.14The
contractor will ship items back to the Library by placing items in
container for shipping, creating at least two copies of the inventory,
and including one copy of the inventory in the container and sending
a second copy to the Library by either email or fax. The delivery point
is the National Imagery and Mapping Agency, 4600 Sangamore Road, Attn:
John A. Dullnig, ISLO, Bethesda, MD 20816-5003. The period of
performance will be two hundred and forty (240) days from date of
award. The FAR provisions at 52.212-1, Instructions to Offerors
Commercial Items and 52.212-2, Evaluation of Commercial Items, are
applicable to this acquisition. The clause at FAR 52.211-4, Contract
Terms and Conditions -- Commercial Items and 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items, apply to this procurement, including subparagraph (6)
52.222.26, Equal Opportunity; (7) 52.222-35, Affirmative Action for
Special Disabled Vietnam Era Veterans; (8) 52.333-36, Affirmative
Action for Handicapped Workers; and (9) 52.222-37, Employment Reports
on Disabled Veterans of the Vietnam Era. Evaluation of Commercial
items: Evaluation criteria to be included in paragraph (a) of provision
52.212-2 are related experience, staff resumes, technical, and price.
The Government intends to award to the responsible company conforming
to its requirements, who will offer the best value to the Government,
price and other factors considered. Offerors shall address all
requirements in this combined synopsis/solicitation, and shall provide
clear evidence of understanding and the ability and willingness to
comply with the Governments specifications of need. Failure to address
a requirement will be construed by the Government as an inability to
meet the need or the company taking exception to it. All offerors are
to include with their proposals, a complete copy of provision at
52.212-3, Offeror Representations and Certifications -- Commercial
Items. Offerors are to provide three references for which they have
performed similar work. All interested responsible firms should submit
proposals, by 1:00 PM, Washington, DC time, on 11 June 1999, to the
National Imagery and Mapping Agency, Attn: Johnetta B. Williams, PCO-E,
Mail Stop D-5, 4600 Sangamore Road, Bethesda, Maryland 20816-5003.
Faxed proposals will be accepted. The fax number is (301)227-4793 See
Note(s): 1. Posted 05/13/99 (I-SN331144). (0133) Loren Data Corp. http://www.ld.com (SYN# 0092 19990517\R-0004.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|