PKB LIBRARY MANAGEMENT SYSTEM SOCOM
ID: FA481425TF051Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking vendors to provide a cloud-based Library Management System (LMS) for the United States Special Operations Command (USSOCOM) and the Joint Special Operations University (JSOU) at MacDill Air Force Base in Florida. The LMS must offer comprehensive functionalities, including cataloging, circulation, and acquisitions, with the capability for five concurrent staff users and unlimited access for OPAC users, while ensuring integration with EBSCO Discovery Service and providing training for staff librarians within two weeks post-award. This procurement reflects the government's commitment to enhancing library services for military operations, supporting specialized educational needs. Interested vendors must submit their quotes by April 17, 2025, with the evaluation based on the Lowest Price Technically Acceptable (LPTA) method, and can contact Jamie Hines at Jamie.Hines@us.af.mil or Ramon Jimenez at Ramon.Jimenez.7@us.af.mil for further inquiries.

Files
Title
Posted
Apr 17, 2025, 2:06 PM UTC
The United States Special Operations Command (USSOCOM) seeks to procure a cloud-based Library Management System (LMS) for the Theater Special Operations Command (TSOC) and Joint Special Operation University (JSOU) patrons. The desired system, equivalent to EOS.web, must offer comprehensive functionalities such as 24/7 access without the need for software downloads, record tracking, checkout capabilities, and extensive search functions. It should accommodate five concurrent staff users with remote support and have unlimited access for OPAC users. Key modules must include cataloging, circulation, and acquisitions, with specific requirements for customizable data entry, report generation, and security features. Integration with EBSCO Discovery Service (EDS) for catalog records and mandatory training for staff librarians within two weeks post-award are essential components. This initiative emphasizes the need for an efficient, secure, and integrative LMS to enhance library services for USSOCOM operations, demonstrating the government's investment in supporting specialized educational and operational needs within the military context.
Apr 17, 2025, 2:06 PM UTC
The document FA481425TF051 outlines the federal procurement guidelines and clauses pertinent to contracts involving the Department of Defense (DoD). It includes a comprehensive list of incorporated clauses, focusing on employee rights, compensation regulations, and prohibitions against certain telecommunications items. Notable clauses address unique item identification, compliance with federal acquisition regulations, and payment processing via the Wide Area Workflow system. The text emphasizes proper handling of products from covered defense regions and underscores the significance of utilizing unique identifiers for tracking governmental items. It further stipulates the compliance obligations for contractors regarding subcontracting, small business considerations, and ethical standards in government contracting. The document serves as a critical reference for ensuring adherence to legal standards in federal grant applications, Requests for Proposals (RFPs), and other applicable acquisitions by state or local governments, reflecting the government's commitment to accountability and transparency in procurement processes.
Apr 17, 2025, 2:06 PM UTC
The Department of the Air Force, specifically the 6th Air Refueling Wing at MacDill AFB, Florida, has issued a combined synopsis/solicitation (RFQ FA481425TF051) for a cloud-based Library Management System (LMS) subscription. The requirement is open to all vendors, accepting both brand name and equal products. The RFQ outlines a multi-year purchase plan commencing on June 1, 2025, with options for up to four additional years. Vendors must submit responses via email by April 17, 2025, including specific company details and pricing for the listed items. The evaluation of quotes will adhere to the Lowest Price Technically Acceptable (LPTA) method, focusing on technical compliance and pricing, and is supported by FAR regulations. Additionally, vendors are informed about the Air Force’s commitment to eliminating the use of Class I ozone-depleting substances in offered products. This solicitation reflects the ongoing need for improved operational support within USSOCOM and JSOU at MacDill AFB, aiming to enhance resource access for special operations personnel.
Apr 17, 2025, 2:06 PM UTC
The document outlines responses to inquiries related to a Request for Quote (RFQ) concerning the EOS.Web library management system. Key points include the requirement of a corporate name and address for quotations, basic module preferences for cataloging, and insights on additional modules—none of which are desired. The need for FedRAMP hosting is specified as not required, while modifications to concurrent library staff users have been adjusted from 5 to 3. Data conversion queries focus on cataloging and circulation data, emphasizing formats for import and automation for patron record management. It also addresses whether this is a new contract or a follow-on to an existing one, confirming its continuation from Sirsi Corporation under contract #FA481420P0043. Overall, the document serves to clarify technical specifications and requirements for potential vendors in response to the RFQ, establishing necessary frameworks for bid preparation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Textbooks and Other Educational Publications
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for a Blanket Purchase Agreement (BPA) to supply textbooks and other educational publications in support of the Defense Language Institute English Language Center at Joint Base San Antonio (JBSA) Lackland, Texas. The procurement aims to acquire a range of educational materials necessary for enhancing language training programs, with a specific focus on compliance with the Non-Manufacturer Rule. Proposals are due by May 19, 2025, and must adhere to the "Lowest Price Technically Acceptable" evaluation method, ensuring both price and technical compliance are met. Interested vendors should contact Parie D Reynolds at parie.reynolds@us.af.mil or Lance Watters at lance.watters.1@us.af.mil for further details.
Research Publications
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses to a Sources Sought notice for subscriptions granting access to peer-reviewed academic literature across various scientific and engineering disciplines. The objective is to support the missions of the Air Force Research Laboratory (AFRL) and associated entities by procuring comprehensive subscription services and permanent access to e-books and periodicals, with the capability for full-text downloads for offline use. This initiative is crucial for enhancing research and development efforts within the Air Force, with contracts anticipated to be awarded between June 2025 and December 2030. Interested parties must submit their responses by May 22, 2025, and direct all inquiries to Benjamin Spencer at benjamin.spencer.8@us.af.mil or Jessica Vetter at jessica.vetter.1@us.af.mil, ensuring to include "Library Subscriptions" in the email subject line.
7A21 - Parts and Logistics Management System
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking quotes for a Parts and Logistics Management System to support the Center for Security Forces (CENSECFOR). This procurement aims to establish a firm-fixed-price purchase order for a commercial software solution, with an anticipated coverage period of three 12-month base units and four options, plus a potential six-month extension. The selected system will play a crucial role in enhancing logistics and parts management capabilities within the Navy. Interested vendors must submit their quotes via email to the designated contacts by the specified deadline, with the required delivery date set for June 16, 2025. For further inquiries, Abbey Taylor and Jacob Gephart can be reached at their respective email addresses.
Logistics Readiness Capabilities: 561210 - RFI 16 April 2025
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors regarding Logistics Readiness Squadron Capabilities (LRS-C) services through a Supplemental Request for Information (RFI) issued on April 16, 2025. The objective is to assess industry interest and capabilities for a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract to support logistics operations across various Air Force bases, focusing on services such as materiel management, traffic management, vehicle maintenance, and transportation. This initiative is crucial for enhancing logistics support to meet the diverse operational needs of the Air Force, ensuring efficiency and responsiveness in logistics operations. Interested vendors must submit their responses by May 1, 2025, to the designated points of contact: Ms. Lisa Pendragon at lisa.pendragon@us.af.mil, Mr. Rick Thorp at richard.thorp.4@us.af.mil, and Ms. Katelyn Timmermann at katelyn.timmermann@us.af.mil.
MNOC Classroom Upgrade
Buyer not available
The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the MNOC Classroom Upgrade project at Camp Lejeune, North Carolina. This initiative aims to renew, replace, and upgrade the voice, audio, video, and data systems infrastructure supporting the MARFORSOC Network Operator Course Classroom, ensuring modernized training capabilities. The project is particularly significant as it emphasizes inclusivity by encouraging participation from women-owned small businesses, including economically disadvantaged women-owned small businesses. Interested vendors must submit their quotes by 12:00 PM EST on May 12, 2025, following a mandatory site visit on April 22, 2025, and can direct inquiries to Betty Gonzalez at beatriz.gonzalez.civ@socom.mil or Samuel Williams at samuel.williams1@socom.mil.
TSCM Cyber Applications Couse
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified vendor to provide a Counter-Intelligence Technical Surveillance Countermeasures (TSCM) Course tailored for U.S. Special Operations Forces (SOF). The course aims to enhance the capabilities of SOF personnel by covering critical topics such as detecting rogue Bluetooth and WiFi clients, utilizing WiFi Pineapple for device location, and employing software-defined radios, addressing a significant training gap in cyber and networking tools. Interested parties must demonstrate their unique qualifications and capabilities in delivering this specialized training, with a deadline for submissions set for May 1, 2025, at 10:00 AM EST. For inquiries, potential vendors can contact Ramon Jimenez at ramon.jimenez.7@us.af.mil or by phone at 813-828-4018.
Logistics Readiness Squadron Capabilities: 485410 RFI 16 April 2025
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from vendors regarding the Logistics Readiness Squadron Capabilities (LRS-C) through a Supplemental Request for Information (RFI) aimed at establishing an enterprise contract for logistics services across multiple Air Force bases. The procurement encompasses a wide range of logistics operations, including material and traffic management, vehicle and fuels management, and transportation services, with the potential for a five-year contract and an additional year for performance extensions. This initiative is crucial for enhancing logistics efficiency and support across Air Force installations. Interested vendors must submit their responses by May 1, 2025, to designated contacts Rick Thorp and Lisa Pendragon via email, ensuring compliance with specified requirements and qualifications.
Logistics Readiness Squadron Capabilities: RFI 332993 16 April 2025
Buyer not available
The Department of Defense, through the Air Force Installation Contracting Command, is issuing a Supplemental Request for Information (RFI) to identify potential contractors capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across various Air Force bases. The procurement aims to establish a Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) model, covering a range of logistics services including materiel management, traffic management, vehicle management, and transportation support over a period of up to six years. This initiative is crucial for enhancing the operational readiness and efficiency of logistics operations within the Air Force. Interested vendors are required to submit their capability responses by May 1, 2025, to the designated points of contact, including Rick Thorp at richard.thorp.4@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
Logistics Readiness Squadron Capabilities: 541614 RFI 16 April 2025
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry partners to provide Logistics Readiness Squadron Capabilities (LRS-C) services through a Supplemental Request for Information (RFI). This procurement aims to identify qualified suppliers capable of delivering a wide range of logistics support activities, including materiel management, traffic management, vehicle management, fuels management, and transportation operations across 27 locations within 10 major commands, potentially covering all Air Force bases. The initiative is crucial for enhancing the efficiency and effectiveness of logistical support for Air Force operations, with the intent to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract valid for up to six years. Interested vendors must submit their responses by close of business on May 1, 2025, to the designated points of contact, including Rick Thorp at richard.thorp.4@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
Commercial Solutions Opening (CSO) PEO-SDA
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.