Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

D -- Annual Maintenance for INNOPAC/Millennium web-based Integrated Library System (ILS) - Sole Source Justification

Notice Date
6/30/2011
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-11-T-D053
 
Point of Contact
Melissa Marcellus, Phone: 301-295-3962
 
E-Mail Address
Melissa.Marcellus@usuhs.mil
(Melissa.Marcellus@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification for limiting competiton to Innovative Interfaces, Inc. The Uniformed Services University of the Health Sciences (USUHS), located on the National Naval Medical Center (NNMC) in Bethesda, MD, intends to negotiate on a sole source basis with Innovative Interfaces Incorporated (III) for a five (5) year (base period of 12 months + 4 option periods of 12 months each) purchase order for INNOPAC hardware/software/maintenance and support services for INNOPAC/Millennium web-based Integrated Library System (ILS). The period of performance is tentatively set for 1 August 2011 through 31 July 2012 for the base year. This service will be procured in accordance with the procedures of FAR Part 12 - Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. Sole source determination is made in accordance with: FAR Part 13.106-1 Soliciting Competition (b) Soliciting from a single source (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. The mission of USUHS is to provide the highest quality education programs in the health sciences to those selected individuals who demonstrate dedication to a health profession career in the Uniformed Services. As such, it is essential USUHS provide the necessary services required for our students to become successful doctors and nurses and to be able to provide the best care possible for our soldiers. Overview The Learning Resource Center (LRC) requires a managed, turn-key system to provide services for library cataloging, serials management, circulation of materials, electronic resource management, system administration and a patron-oriented, searchable catalog featuring materials and services for a consortium of libraries. Innovative Interfaces Incorporated is the only known source which can meet the Government's requirement. System Architecture Managed, turn-key system All aspects of operating system administration and management are to be managed by the vendor. Vendor supplies all necessary hardware to support the ILS and provide protocol for diagnosing and repairing any defects with minimal customer participation. Library administrators should require no server operating system proficiency to manage the ILS. Option to host remotely Vendor should offer the option with an additional fee, to host the system remotely, providing only network interfaces to patrons and library staff. Hardware Form factor/height 2U rack Processor (max) Up to 2 quad-core Intel Xeon 5500 Series with Intel QuickPath Interconnect (QPI) technology, up to 2.93 GHz and up to 1333 MHz front-side bus Number of processors: 2 Cache: 8 MB Memory: 8 GB DDR-3 RDIMMs with 16 slots up to 128 GB maximum memory Expansion slots (I/O) 4 PCI-Express (4x8) Gen 2 slots: 2x8 full-length, full-height; 1x8 half-length, full-height; 1x8 low-profile. 4x8 are convertible to 2x16 via optional risers. Also, 2x PCI-X via optional risers Disk bays (total/hot-swap) Up to twelve (2.5") hot-swap SAS/SATA or solid state HDDs Maximum internal storage1,2 Up to 3.6 TB hot-swap Serial Attached SCSI (SAS) or up to 3.6 TB hot-swap Serial ATA (SATA) or up to 600 GB hot-swap solid state (SSD) local storage Network interface Integrated dual Gigabit Ethernet (2 ports standard) Power supply (std/max) 1/2; 675 W each Hot-swap components Power supplies, fans, HDDs RAID support Hardware RAID-5 Systems management IBM IMM with Virtual Media Key for optional remote presence enablement, Predictive Failure Analysis®, Integrated Service Processor, Diagnostic LEDs, light path diagnostics panel, Automatic Server Restart and IBM Systems Director Limited warranty3 3-year customer replaceable unit and onsite limited warranty Application Subsystems Circulation • Administrative interface to support check-in/out/holds of circulation materials linked to patron records. Searchable circulation status of patrons. Support for universal bar code scanning for both ID cards and materials. • Option for self-checkin/out. • Overdue materials management, fines and e-mail mediated alerts. • Support for borrowing rules, calendar-dependencies and exceptions. • Hold request management. • Borrowing statistics and reports. • Support for collection inventory. • Weeding management and collection development. • Class Reserve functions. Serials • Serials check-in functions • Routing • Binding Management • Claims Management • Coverage/Holdings Management Cataloging • Automatic authority control. • Easy to use graphical interface for the insertion, deletion and modificatio of catalog records following industry standard library practices. • Support for MARC subfields and subject heading meta tags for efficient searching and narrowing of queries. • Global update functions for catalog records. • Customizable sub fields to support per library localization policies Electronic Resource Management • Full integrated electronic resource management of license agreements, title lists, holdings, access requirements, contracts and agreements. • Serial holding synchronization service bound to existing library subscriptions. Multi-library Consortium Support • Segmentation of circulation systems, borrowing rules, web-site interfaces and other institutional-specific settings co-located within the existing system to service multiple locations. • Share data and services between institutions when appropriate (i.e. bibliographic data.) Patron Interfaces Catalog Web-based, easy to use interface for searching for indexed materials. Self-service renewal of checked out materials. Open web development for customizing resources and services for local library. SSL options and support for PKI certification of server. Link Resolution HTTP(S) based, integrated OpenURL link resolution for external queries to link to full text. Locally maintained, easy to use database of holdings and publishers for article resolution. Air PAC Mobile device interfaces for patrons and administrators. Administrative Interface For Circulation, Cataloging, Serials Management and System Admin functions. Database Management and Reporting Easy to use, integrated reporting systems that do not require knowledge of conventional database query languages such as SQL. Data Import and Export Ability to import and export bibliographic, patron and circulation data in a variety of industry standard formats including MARC Import functions include filters for record subsets, selected fields and matching. Web Development Support for staff-mediated web development with easy integration with underlying database systems, customizable web reports and forms. Development infrastructure for upload, download, modification and testing of web content including development staging spaces. Software Version Maintenance • Automated Client Updates • Staff-initiated Server Updates Business to Business Processes OCLC Integration • Fully integrated industry standard indexing services including OCLC for cataloging functions. Serials • Serials holding string management integration with optional data service. Application Programming Interfaces, Web Services for patron, cataloging and circulation data. Support Experienced ILS Support o 24/7/365 support by phone or web-based ticketing tool, flat-fee based. No emergency fees. o Optional consulting for full range of library services for use and technical implementation. System Administration and Security • TCP/IP protocol suite for inter-connection of systems and services. • Multi-layered, role based accounts for all systems and modules controllable by library staff. • Network access controls for all systems and services in an easy to use interface (firewall services and Access Control Lists). • Menu-driven process control and interprocess communication. • Integrated full and incremental backup services to high density tape media. Documentation • Complete, indexed, searchable system documentation provided online. • Documentation changes are tracked with optional alerts. Installation • Vendor would be responsible for installation, multi-site profiling, testing, and system implementation. Installation includes: o Shipping, unpacking and configuration of hardware. o Integration of network interfaces and connectivity with administrative components at all consortium locations. o Validation and testing of hardware components. o Migration of existing databases and addition/modification of schema to support local variations. • Vendor will need to provide ON-SITE, sub-system specific training for circulation, cataloging, serials management and system administration/security/configuration for a minimum of 8 hours per module. Each consortium site may opt to require additional training at additional sites. This is not a request for quotes and a solicitation package will not be issued. Sources interested in responding to this requirement must be able to provide compelling evidence that they can meet the above-mentioned requirement as specified. A determination by the Government not to compete this proposed action based upon responses received is solely within the discretion of the Government. Responses must be received via email at melissa.marcellus@usuhs.mil by no later than 4:30pm EST on 30 July 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-11-T-D053/listing.html)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02487835-W 20110702/110701000243-d409170a4c65c4706e5b6dd7a617d806 (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.