Federal Bid

Last Updated on 07 Jan 2019 at 9 AM
Sources Sought
Location Unknown

Sources Sought - OCLC

Solicitation ID FA8604-19-Q-5027
Posted Date 21 Dec 2018 at 6 PM
Archive Date 07 Jan 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Wpafb (Includes Pz, Wl, Ww, Wi, Wn, Wk, Lp, Wf, Wk)
Agency Department Of Defense
Location United states
Sources Sought Synopsis

This is a Sources Sought Synopsis published by the United States Air Force (the Government or USAF). There is no solicitation available at this time. Requests for a solicitation will not receive a response. The purpose of this sources sought notice is to conduct market research to determine whether there are businesses available capable of providing an alternative product that meets the characteristics below. The anticipated period of performance for this subscription is 15 January 2019 - 31 December 2019. Responses to this sources sought notice will assist a determination of whether it is in the best interest of the Government to conduct a sole-source acquisition or to proceed with a competition.

FSC: 7630

NAICS: 519130

Size Standard: 1000 employees

Subscription name: OCLC Cataloging and Interlibrary Loan Services for the AF Library

Supplier name: OCLC (Online Computer Library Center)

Product description:

Worldshare provides a complete set of library management applications and platform services built on an open, cloud-based platform. WorldShare offers integrated management of library workflows and creates new efficiencies as libraries share work, data, and resources to save money and deliver value to their users.

Interlibrary Loan (ILL) - Allows libraries to provide local users with global library resources, manage ILL workload more efficiently, save time and money processing ILL requests.

Access services - Provides continuous telecommunication access to OCLC cataloging and ILL system.

Group Cataloging - Includes online cataloging via Connexion, CatExpress; WorldShare cataloging, Collection Manager, Record Manager, Batch Services, the WorldCat knowledge base, functionally such as NACO, PCC, CONSER, BIBCO and related services and access to the group library catalog.

Product characteristics an equal item must meet to be considered:

• Provides connectivity with other off-site AF libraries that make use of OCLC, as well as nearly every government, academic, and specialized library in the United States (and internationally)
• Availability of training sessions to familiarize library staff with the product, both in-person and via web-based training.

The Government will consider responses received within 10 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information received in response to this announcement.

If the Government competes this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply.

A determination not to compete this requirement based upon responses to this notice is an administrative decision by the Government that is solely within its discretion.

Contractors should be aware of the following information:

1. Contractors must include the following information:

a. Points of contact, addresses, email addresses, phone numbers.

b. Identification as a large U.S. business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code for this effort listed above.

c. Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone.

d. Company CAGE Code or DUNS Number.

2. This requirement is not intended for specific brand name products. Offerors are encouraged to suggest products other than those that may be specifically referenced by brand name. Responses must address how alternate product meet the product characteristics specified above.

3. Submitted information shall be UNCLASSIFIED.

4. Responses are limited to of 10 pages in a Microsoft Word compatible format.

Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose.

Responses should be emailed to Nicole Cantrell at [email protected] and Joelynn Laux at [email protected] no later than 04 January 2019, 2:00 PM EST. Any questions should be directed to Nicole Cantrell through email.

All responses should be received no later than 04 January 2019, 2:00 PM (Eastern).

Bid Protests Not Available

Similar Past Bids

Location Unknown 04 Jan 2019 at 7 PM
Location Unknown 20 Nov 2017 at 9 PM
Location Unknown 29 Nov 2016 at 3 PM
Halls Tennessee 14 Jun 2019 at 3 PM
Location Unknown 01 Apr 2015 at 6 PM

Similar Opportunities

Washington District of columbia 17 Jul 2025 at 4 PM