Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
DOCUMENT

R -- HIGLINT 15-30 Centralized Cataloging Services - Attachment

Notice Date
10/10/2014
 
Notice Type
Attachment
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70115N0007
 
Response Due
10/24/2014
 
Archive Date
12/23/2014
 
Point of Contact
Michelle Rhodes
 
Small Business Set-Aside
N/A
 
Description
VA701-15-N-0007 REQUEST FOR INFORMATION - SOURCES SOUGHT NOTICE HIGLINT 15-30 - CENTRALIZED CATALOGING SERVICES A.1.INTRODUCTION In accordance with Federal Acquisition regulation (FAR) 52.215-3, "Request for Information for Solicitation for Planning Purposes," this Sources Sought Notice/Request for Information (SS/RFI) is for information and planning purposes only and shall not be construed as a solicitation or an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is conducting market research and is seeking written responses with information to assist the Government with identifying potential sources that are interested in, and capable of, performing the work described herein and as described in the Performance Work Statement (PWS) (See ATTACHMENT 1). A.2.REQUIREMENT DESCRIPTION The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is in the process of planning a procurement in which a contractor will be required to provide centralized cataloging services for 153 Department of Veterans Affairs Library Network (VALNET) libraries. The Online Computer Library Center (OCLC) shall be used as the bibliographic utility to provide copy, modified, and original cataloging for monographs, serials, and audiovisuals. See the PWS (ATTACHMENT 1) for more information and full background. A.3.GENERAL INSTRUCTIONS (a)SUBMISSION (1)Responses shall be submitted electronically via email to Michelle Rhodes at michelle.rhodes@va.gov. Only emailed responses will be accepted. (2)Responses shall be received on or before October 24, 2014 at 10:00 a.m. (Eastern Time); however, the Government may continue to accept responses after the aforementioned due date until the market research process is complete. (b)GENERAL QUESTIONS All general questions shall be submitted electronically via email to Michelle Rhodes at michelle.rhodes@va.gov. The cut-off date and time for receipt of general questions is October 17, 2014 at 10:00 a.m. (Eastern Time). Questions received after this date and time may not be answered. (c)TECHNICAL QUESTIONS Questions of a technical nature that respondents require answered in order to prepare their SS/RFI response shall be submitted via email to Michelle Rhodes at michelle.rhodes@va.gov. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of technical questions is October 17, 2014 at 10:00 a.m. (Eastern Time). Technical questions received after this date and time may not be answered. A.4.SUBMISSION INSTRUCTIONS (a)RESPONSE PREPARATION COSTS The Contracting Officer is the only individual legally authorized to commit the Government to the expenditure of public funds in connection with any procurement. This SS/RFI does not commit the Government to pay any costs for the preparation and submission of a response in response to this SS/RFI notice. (b)GENERAL All potential sources with the capability to provide the requirements referenced in this SS/RFI and in the PWS are invited to submit, in writing, sufficient information within the page and format limitation (listed below). This information must demonstrate the responder's ability to fulfill the requirements and be responsive to the technical questions in this SS/RFI as indicated below. (c)FORMAT The response shall be clearly indexed and logically assembled. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Font size shall be no smaller than 12-point. The response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 15MB in size. (d)CONTENT REQUIREMENTS All information shall be confined to the appropriate tab. The requirements for each tab are shown in the table below: TabInformation Tab ICover Page Tab IICapability Information Tab IIIPrice Schedule Responses (e)TAB I - COVER PAGE REQUIREMENTS The cover page shall include the following information: (1)SS/RFI Title (HIGLINT 15-30 - CENTRALIZED CATALOGING SERVICES) and Number (VA701-15-N-0007); (2)Company Name; (3)Company Address; (4)Company Point of Contact (Name, Phone Number, Email Address); (5)Company Data Universal Numbering System (DUNS) Number; (6)Company Business Size; (7)Company Business Type (i.e. Large Business, Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HubZone Small Business, etc.); (8)Company's Federal Supply Schedule (FSS) Contract (if applicable). Provide the GSA Contract Number and relevant Special Item Number(s) (SINs) applicable to this requirement. (f)TAB II - CAPABILITY INFORMATION REQUIREMENTS Respondents shall provide a general capabilities statement to address the following information: (1)Provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable size, complexity, and scope to this requirement. Please include the following information, at a minimum: i.Contract Name; ii.Contract Scope; iii.Awarded Price/Cost; iv.Government's technical representative/Contracting Officer's Representative (COR) and current email address, telephone, and fax numbers (or commercial point of contact equivalent); v.Describe your self-performed** effort (as either Prime or Subcontractor). Describe self-performed work in terms of dollar value and description; **Self-Performed means work performed by the company themselves and is NOT work performed by another company for them for any of the project examples provided. vi.A brief narrative that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. (g)TAB III - RESPONSES TO GOVERNMENT PRICE SCHEDULES Respondents shall provide responses to the following questions concerning the price schedules included in the PWS: (1)Provide any comments and/or questions your company may have regarding the draft price schedules. (2)What else had your company seen that could better structure the price schedules? (3)Provide an example of a Contract Line Item Number (CLIN) structure that your company feels would be most efficient and effective for this award. (4)Provide your company's pricing model (if available). A.5.DISCLAIMER This SS/RFI Notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. (a)Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. (b)Respondents are advised the Government will not pay for any information or administrative costs incurred in responding to this SS/RFI. All costs associated with responding to this SS/RFI will be solely at the respondent's expense. A.6.ATTACHMENTS ATTACHMENT 1 - PERFORMANCE WORK STATEMENT ATTACHMENT 2 - APPENDIX A - WEB CATALOGING SERVICE REQUEST ATTACHMENT 3 - APPENDIX B - VHA FILLABLE AUDIOVISUAL DATA SHEET ATTACHMENT 4 - APPENDIX C - STATISTICS SPREADSHEET ATTACHMENT 5 - APPENDIX D - SAMPLE FORM LETTERS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70115N0007/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-15-N-0007 VA701-15-N-0007.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677506&FileName=VA701-15-N-0007-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677506&FileName=VA701-15-N-0007-000.docx

 
File Name: VA701-15-N-0007 P09 - Final PWS - HIGLINT 15-30 - Centralized Cataloging Services - Updated 10.10.14.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677507&FileName=VA701-15-N-0007-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677507&FileName=VA701-15-N-0007-001.pdf

 
File Name: VA701-15-N-0007 P01 - Appendix A - Web Cataloging Service Request.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677508&FileName=VA701-15-N-0007-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677508&FileName=VA701-15-N-0007-002.docx

 
File Name: VA701-15-N-0007 P01 - Appendix B - VHA Fillable Audiovisual Data Sheet.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677509&FileName=VA701-15-N-0007-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677509&FileName=VA701-15-N-0007-003.pdf

 
File Name: VA701-15-N-0007 P01 - Appendix C - Statistics Spreadsheet.xls (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677510&FileName=VA701-15-N-0007-004.xls)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677510&FileName=VA701-15-N-0007-004.xls

 
File Name: VA701-15-N-0007 P01 - Appendix D - Sample Form Letters.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677511&FileName=VA701-15-N-0007-005.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1677511&FileName=VA701-15-N-0007-005.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03548385-W 20141012/141010233753-5f89f19652e6e03a8b1ea530fae74340 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.