Linked Data Service Automated Testing Utility
ID: 030ADV24Q0018Type: Solicitation
Overview

Buyer

LIBRARY OF CONGRESSLIBRARY OF CONGRESSCONTRACTS SERVICESWashington, DC, 20540, USA

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)
Timeline
  1. 1
    Posted Oct 24, 2023 10:24 PM
  2. 2
    Updated Nov 16, 2023 2:57 PM
  3. 3
    Due Nov 17, 2023 5:00 PM
Description

Solicitation: Library of Congress is seeking a contractor to design and code a system for testing the inputs and outputs of their Linked Data Service (LDS). The LDS is a premier Linked Data service for the bibliographic community, providing machine-to-machine communication and web interface for library professionals. The current tests for the service are implemented manually and need to be migrated to a framework that can be integrated into CI/CD pipelines. The contractor will be responsible for migrating the existing tests and creating a system that allows for easy addition and modification of tests. The final deliverable will be a set of programs and documentation for automated testing of the inputs and outputs of the Library's Linked Data Service. Quotes are due by November 17, 2023.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Live! At the Library Catering Services
Active
Library Of Congress
Combined Synopsis/Solicitation LIBRARY OF CONGRESS is seeking catering services for Live! At the Library events held every Thursday evening when the Jefferson Building exhibitions are open late. The events feature conversations, music, performances, films, collection displays, and activities that showcase the national library's holdings. The Contractor will provide food and beverage concessions for sale at these events, which are offered free of charge to the public. The events occur approximately 50 weeks each year. Offers are due by 08/07/2024 at 5:00 PM Eastern Time. Contact Brian D. Curl at bcurl@loc.gov for more information.
Request for Information (RFI) Library Services Platform
Active
Energy, Department Of
Request for Information (RFI) Library Services Platform The Department of Energy, Department of Energy, is seeking information from companies in the Libraries and Archives industry for a library services platform. This RFI is for information and planning purposes only and is not a commitment by the U.S. Government. The purpose of this RFI is to survey available resources and identify potential interested, capable, responsible, and qualified offerors. Interested companies are requested to submit their capabilities statement, SAM UEI number, and company's size status. The deadline for submissions is August 6, 2024. Responses should be sent electronically to jchristy@bnl.gov with the subject line "BSA RFI 449868". For more information, contact Jeanhei Christy at jchristy@bnl.gov.
Moodle Workplace V4.4 Learning Management System
Active
Interior, Department Of The
The Department of the Interior (DOI) Office of Wildland Fire (OWF) seeks a contractor to implement Moodle Workplace V4.4 Learning Management System. This combined synopsis and solicitation aims to award a total small business set-aside contract under the North American Industry Classification System (NAICS) code 611710: Educational Support Services. The primary objective is to provide an efficient and user-friendly platform for managing and tracking employee training and certification processes. The selected contractor will work closely with the OWF to deliver a robust learning management system that caters to the specialized needs of the wildland fire community. The scope of work involves configuring and customizing the Moodle Workplace V4.4 software to meet OWF's requirements. The platform should facilitate online training modules, track employee progress, manage certifications, and generate reports. The contractor will also be responsible for data migration from the current system, user training, and post-implementation support. To be eligible for this opportunity, applicants should possess expertise in learning management systems and software customization. Experience working with government agencies and knowledge of their unique needs are highly preferred. The contractor must also possess strong communication skills and be able to collaborate effectively with the OWF team. Funding for this project is estimated at $150,000 to $250,000, with the contract type being a firm-fixed-price. Interested parties should submit their applications by the deadline, including a detailed proposal and pricing information. The government reserves the right to award the contract based on the most advantageous offer received. For clarification or further information, interested individuals or businesses should contact Alexandra Tsybulevsky at alexandra_tsybulevsky@ibc.doi.gov. Please note that this opportunity is subject to change and applicants should carefully review the full details of the solicitation before submitting their proposals.
Automated Celestial Navigation System (ACNS) Shock Tests
Active
Dept Of Defense
The Department of Defense, Naval Surface Warfare Center Dahlgren Division (NSWCDD) issues a combined synopsis and solicitation for the supply and testing of an Automated Celestial Navigation System (ACNS). This EQT requirement seeks to conduct heavyweight shock testing on a government-furnished system. The scope of work involves the successful contractor conducting Environmental Qualification Testing, including shock testing, on the provided ACNS unit. The testing must be performed according to the requirements outlined in the Statement of Work. Additionally, the contractor must submit two CDRLs (Contract Data Requirement List items), A001 and A002, and a Data Item Description. Shipping/freight costs to Dahlgren, Virginia, must also be included in the quote. Eligible applicants for this opportunity should be registered in the System for Award Management (SAM) and have experience in equipment testing, particularly shock testing. Offerors are expected to submit a signed copy of the SF1449 form, historical data, published pricing, and a capability statement or proposal. The contract will be awarded based on the lowest price and technical acceptability. This opportunity is open to all responsible offerors, and the deadline for submission is 5:00 p.m. EST on August 2, 2024. Questions can be directed to Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil, who will provide further clarification on the solicitation.
(Updated) Laboratory Information Management System for DPG
Active
Dept Of Defense
The Department of Defense, specifically the Dugway Proving Grounds West Desert Test Center Chemical Test Division (CTD), seeks a Laboratory Information Management System (LIMS) through a Total Small Business Set-Aside contract. The main objective is to obtain a LIMS with a perpetual license to streamline CTD's chemical test data management. This system must meet precise requirements outlined in the attached document and offer additional services, including audit trails, method processing, and data import and export capabilities. The vendor will also provide essential training and configuration support. The scope of work for the successful bidder will involve delivering a LIMS that satisfies the specified requirements, providing professional services for initial setup and training, and offering ongoing support. The system must be easy to use and enable CTD personnel to perform various functions efficiently. To be eligible, applicants should possess the necessary certifications, licenses, and expertise to provide the required LIMS solution and services. They should also be registered in the System for Award Management database. Funding for this project is estimated to come from the federal government, with a potential contract value ranging from small to large, depending on the terms offered. Bids must be priced competitively, with evaluations based on both technical merit and cost. For consideration, interested parties should submit their quotes electronically, adhering to the requirements outlined in the "Updated-Laboratory+Information+Management+System+RFQ.docx" file. While response deadlines are not explicitly mentioned, the Army intends to move through the procurement swiftly. The selection of the winning application will be based on a comprehensive evaluation of the submitted quotes, taking into account their technical capabilities and pricing structures. For any clarifications or further information, interested individuals may contact Jackson Martinez at jackson.b.martinez.civ@army.mil or 435-830-2674. Additionally, Paul E. Frailey can be reached at paul.e.frailey.civ@army.mil or 435-831-2587.