Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

R -- Librarian Services

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
430100000741
 
Response Due
4/23/2004
 
Point of Contact
Brian Wilkins, Contracting Officer, Phone (202) 927-7715, Fax (202) 927-8688, - Brian Wilkins, Contracting Officer, Phone (202) 927-7715, Fax (202) 927-8688,
 
E-Mail Address
Brian.Wilkins@atf.gov, Brian.Wilkins@atf.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco Firearms and Explosives, has a requirement for National Laboratory Library Services. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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. The solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-21 dated March 26, 2004. This requirement is a 100% small business set-aside. Responses will be accepted only from qualified small businesses under North American Industry Classification System (NAICS) 519120, small business size limit of $6,000,000. The following services are as follows: The vendor is to provide library support services on a ?Firm Fixed-Price? basis to include but not limited to: cataloging, classification, serials control, collection acquisition and maintenance, circulation of materials, interlibrary loans, document delivery, and overseeing a one time relocation of all library materials, files, reference and referral services. Location of services the National Laboratory Center, 6000 Ammendale Road, Ammendale/Beltsville, MD 20705. Services are to be provided for the year, on-call but non-rush, non-expedited basis. The vendor will also provide library service for San Francisco Forensic Science Laboratory, the Atlanta Forensic Science Laboratory, and the Alcohol Laboratory personnel based in San Francisco by telephone, fax, mail and e-mail. The vendor will also maintain and update the Laboratory Services publications and presentations web page. The librarian will work 8 hours daily Monday-Friday between the hours of 7:00am to 5:30pm unless otherwise authorized by the Laboratory Director. The librarian will not work on Federal Holidays. The period of performance will cover one (1) from date of award, with four (4) possible option years. Quotes should be the monthly service amount for the award year, 1st option year, 2nd option year, 3rd option year and 4th option year. The proposals should be evaluated upon: (1) Education (must be at least a Master of Library Science Degree from an A.L.A. accredited program) (2) Experience (must be at least three years experience as a Librarian if working solo) (3) Past performance references that include: (A) Demonstrated Knowledge of: * Theories, principles and practices of Library Science, * Structure of the Federal Library System, * Multiple word processing programs, * Multiple relational database; (B) Ability to: * Provide reference services to patrons in all laboratories, * Conduct research, * Identify, locate, acquire accurate, current and relevant information, * Be proactive in locating relevant information; (C) Ability to manage serials (maintain and route journals, coordinate subscriptions with jobbers); (D) Ability to conduct library Acquisition (identify library and patron information needs, identify relevant journals and monographs, locate and acquire journals and monographs); (E) Ability to effect Interlibrary Loans and Document Delivery (identify materials in other libraries and acquire materials from other libraries both electronically and in hard copy); (F) Ability to acquire and us electronic media (locate, evaluate and acquire software revelant to work of patrons I in the laboratories that is compatible with system constraints and software to maximize library functions, as well as assess, locate and acquire hardware); (G) Skill in using: * DIALOG online, * OCLC, * Analytical Abstracts, * FireDoc, * Agricola, * Medline, * Sherlock, * World Wide Web, * Library of Congress classification and * Subject headings for Original cataloging, and Copycat cataloging; (H) Skill in developing: * And implementing catalog and index systems for unique materials in both print and electronic media, * Instructions and guiding patrons through the use of library materials, * And implementing individual and small group instruction on the use of electronic and print resources, (I) Skill in administrative functions: * Organizes work well * Excellent at dealing with dealing with people * Sets priorities easily * Capable of multitasking * Budgets, tracks monthly and yearly expenses and assesses the library?s financial requirements. All Contractor employees assigned hereunder shall undergo an ATF personnel security screening/investigation to determine their suitability to access ATF facilities, proprietary information, and data, including ATF?s automated information system. The personnel security screening/investigation will be conducted by or under the auspices of the Personnel Security Branch, Office of Inspection, Bureau of Alcohol, Tobacco and Firearms (ATF). It is the responsibility of the Contractor employee to provide the necessary information in a timely manner, through the assigned Contracting Officer?s Technical Representative (COTR), to ATF?s Personnel Security Branch so that a personnel security screening/investigation can be conducted. The Contractor is hereby advised that a personnel security screening/investigation may take 90 days or more to complete, depending on the complexity of the issues. The following provisions are applicable to this acquisition: (a) FAR 52.212-1, Instructions to Offerors-Commercial, (b) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (c) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The provision at FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition. Offerors will be evaluated on (1) Technical Experience, (2) Past Performance and (3) Price. Award will be made to the offeror that provides the best value to the Government. The Government may elect to pay a cost premium to select a vendor whose ratings on non-cost evaluation factors (e.g. technical quality and past performance) are superior. A ?premium? is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher priced offer deemed to be superior from a Technical Quality and/or Past Performance standpoint. Award will be made utilizing the simplified acquisition procedures under FAR Part 13. Offerors must be registered with the Central Contractor Registration (CCR) to receive payment. The CCR web address for registration: http://www.ccr.gov. The written quote must include Technical Experience, Past Performance and Price. Offers shall be submitted to the Bureau of Alcohol, Tobacco, Firearms and Explosives, 650 Massachusetts Avenue, NW, Room 3290, Washington, DC 20226 no later than April 23, 2004 3:00pm Washington, DC local time. Quotes and questions maybe faxed to 202-927-8688 or e-mailed to brian.wilkins@atf.gov.
 
Record
SN00558972-W 20040404/040402211821 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.