Kansas Bids > Bid Detail

Web-Scale Library Services Platform (LSP) Request for Information

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159075116561141
Posted Date: Mar 31, 2023
Due Date: Apr 28, 2023
Solicitation No: 20230328_RFI_Leavenworth_LSP
Source: https://sam.gov/opp/3d32541b31...
Follow
Web-Scale Library Services Platform (LSP) Request for Information
Active
Contract Opportunity
Notice ID
20230328_RFI_Leavenworth_LSP
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT LEAVENWORTH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 31, 2023 07:05 am CDT
  • Original Published Date: Mar 28, 2023 12:54 pm CDT
  • Updated Response Date: Apr 28, 2023 05:00 pm CDT
  • Original Response Date: Apr 28, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 519290 - Web Search Portals and All Other Information Services
  • Place of Performance:
    Fort Leavenworth , KS 66027
    USA
Description

This Request for Information (RFI) is for market research purposes only. Responses to this RFI are not considered offers and cannot be accepted by the Government to form a binding contract. Respondents should not submit any proprietary information when responding to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit capability statements that clearly define the firm's ability to provide the items stated in this RFI. Not responding to this notice does not preclude participation in any future request for proposal, if issued. The Government will not return any information submitted in response to this RFI. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry (GPE) for additional postings.



The requirement supports the The Army University by providing Web-Scale Library Services Platform (LSP). See attached, Draft PWS for more information.



Period of Performance will be a 12 month base year and four 12 month option years.



The primary place of performance is Fort Leavenworth, KS.



THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal.

The NAICS contemplated for this requirement is 519290, Web Search Portals and All other Information Services, with a size standard of 1,000 Employees. Businesses of all sizes are encouraged to respond.

The Contract Type is anticipated to be Firm Fixed Price.



This is a recurring requirement. The current contract is W91QF4-19-P-0032 held by Insignia Software Corporation.



SUBMITTAL INFORMATION:



Please provide a capability statement addressing your organizations ability to provide the service required by the PWS. Include only capabilities relative to this requirement.



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in a font size of not less than 12. All responses must include the following information: Company Name; Address; Business Size; CAGE Code and Point-of-Contact (POC) name, phone number, and e-mail address. The responses should include tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



Electronic copies shall be submitted via e-mail.




  • Digital files shall be in MS Word (.docx) or Excel (.xlsx), or Adobe PDF formats.

  • E-mail files may not be larger than 5 megabytes (MB). Multiple e-mails are acceptable.




  • Government security systems will delete e-mail attachments which contain a period “.” in the file name. Offerors are instructed to ensure that e-mail attachment file names do not contain any punctuation other than the file extension.

  • Government receipt of e-mails from other than .mil addresses may be delayed up to 6 hours. Please account for this when requesting acknowledgement of receipt.



Provide responses to this notice to: sheldon.w.gresham.civ@army.mil with a copy to kara.l.malto.civ@army.mil. Responses shall be provided in either MS Word for PDF formats. File sizes must be smaller than 5 MB to ensure receipt by the Government. Telephone responses will NOT be accepted.



Please provide responses in writing no later than 5:00 p.m. Central Time, April 28, 2023.








Attachments/Links
Contact Information
Contracting Office Address
  • 535 KEARNY AVENUE BLDG 338
  • FORT LEAVENWORTH , KS 66027-0000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >