Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
MODIFICATION

70 -- Library Automation System

Notice Date
2/28/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2746 Harrison Loop, Fort Eustis, VA 23604
 
ZIP Code
23604
 
Solicitation Number
F2QF251014A001
 
Response Due
3/3/2011
 
Archive Date
8/30/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is F2QF251014A001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-03-03 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be LANGLEY AIR FORCE BASE, VA 23604 The USA ACC MICC Fort Eustis requires the following items, Meet or Exceed, to the following: LI 001, BASE YEAR: Request is for: 1.) Access through DoD/AF Firewalls, 2.) Consortium Environment: -Capability to set options as needed separately by each library -Capability to set staff restrictions so libraries don't see other library patron and item records -Capability to restrict staff from changing a item or patron record owned by Another library 3.) Software-as-a-Service (SaaS)/Storage and backup of data files at vendor site 4.) Meet DoD and AF computer requirements to prevent compatibility issues 5.) Online Public Access Catalog (OPAC) 6.) Circulation Module 7.) Cataloging Module with Z39.50 access 8.) Reports/Statistics Module to include Inventory, Usage, and Weeding (both items and patrons) 9.) Multiple levels of administration (multiple user profiles) 10.) E-mail Overdue Notices 11.) Staff Training Tools 12.) 24/7 Customer Support 13.) Web page interface: -OPAC Access -Authenticated access to online resources using customer bar code -Customers can renew items online -Customers can see book jackets of the items plus description, 1, YR; LI 002, Set up fee/Start up costs, 1, EA; LI 003, Option Year 1 (ANNUAL MAINTENANCE) - Period of Performance (POP): 1 Apr 2011 - 31 Mar 2012, 1, YR; LI 004, Option Year 2 (ANNUAL MAINTENANCE) - Period of Performance (POP): 1 Apr 2012 - 30 Mar 2013, 1, YR; LI 005, Option Year 3 (ANNUAL MAINTENANCE) - Period of Performance (POP): 1 Apr 2013 - 29 Mar 2014, 1, YR; LI 006, Option Year 4 (ANNUAL MAINTENANCE) - Period of Performance (POP): 1 Apr 2014 - 31 Mar 2015, 1, YR; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Eustis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Eustis is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/da11df6a8c52e539492aedfd6b1869d9)
 
Place of Performance
Address: LANGLEY AIR FORCE BASE, VA 23604
Zip Code: 23604
 
Record
SN02388862-W 20110302/110228234039-da11df6a8c52e539492aedfd6b1869d9 (fbodaily.com)
 
Source
FedBizOpps 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.