Skip to main content

An official website of the United States government

You have 2 new alerts

INTENT TO SOLE-SOURCE / SOURCES SOUGHT FOR PLATFORM SUBSCRIPTION FEES

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Mar 31, 2022 10:33 pm EDT
  • Original Response Date: Apr 05, 2022 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DH10 - IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE
  • NAICS Code:
    • 511210 - Software Publishers
  • Place of Performance:
    West Point , NY 10996
    USA

Description

The Mission and Installation Contracting Command (MICC) at West Point intends to negotiate and award a purchase order on a sole source basis to only one responsible source in accordance with FAR 13.106-1(b)(1)(i).  "Only one responsible source" is based on the company being the sole developer and provider of the product and / or service and is therefore the only source capable of satisfying the Government's requirement.  The Government intends to solicit and negotiate with:

                                      Ex-Libris Inc.

                                      1350 E Touhy Avenue, Suite 150

                                       Des Plaines, IL. 60018-3319

This is considered a sole source to Ex-Libris Inc because – based on market research and to the best of MICC West Point’s knowledge – their on-line digital platform is the sole property of Ex-Libris Inc.  Its contents are only accessible through their network database.  The vendor does not allow third parties to sell or supply access to their platforms.  Their platform is certified for Federal Government use as required by DoD Instruction 8510.01 (Risk Management Framework for DoD Information Technology) and is readily available without the need for modification.  Furthermore, Ex-Libris Inc. is an active participant in the “ConnectNY” Consortium and they have access to the III-RR Sharing Program, whereas most vendors do not have access nor participate in either program. 

The following items / services are of interest to the Federal Government:

MFR:  Ex-Libris Inc.

P/N#:  None

ITEM:  Subscription Fee (bX)

Period of Performance:  6/04/22 thru 6/03/23

MFR:  Ex Libris Inc.

P/N#:  None

ITEM:  Subscription Fee (Primo)

Period of Performance:  6/04/22 thru 6/03/23

MFR:  Ex-Libris Inc.

P/N#:  None

ITEM:  Subscription Fee (Primo) - Sandbox

Period of Performance:  6/04/22 thru 6/03/23

MFR:  Ex-Libris Inc.

P/N#:  None

ITEM:  Subscription Fee (Alma)

Period of Performance:  6/04/22 thru 6/03/23

This Notice of Intent is not a request for competitive proposals and no solicitation document is available.  However, any interested party that believes is capable of meeting our requirement may identify themselves but must submit evidence of their capability to fulfill the requirement as an Authorized Agent.  If a vendor is an Authorized Agent of Ex-Libris Inc., they must submit written proof from Ex-Libris Inc that says they have permission to sell / supply their platform services on Ex-Libris’s behalf (CAUTION:  Documents will be verified with Ex-Libris.).  All interested parties must provide the following data with their responses: 

1.  Full Company Name and Address

2.  DUNS Number and SAMs Unique Entity ID (UEI)

3.  CAGE Code

4.  TAX ID# (aka “EIN” or “TIN”#)

5.  Business Size ("Large" or "Small"… must be stated on your reply)

6.  The NAICS Code(s) your company uses to identify its business size.

7.  Company POC, Email, Phone#

8.  Proof (no exceptions) - -  

     a.  Authorization letter from Ex-Libris Inc that says you are an Authorized Agent of Ex-Libris Inc with permission to sell / supply access to their on-line digital platform on their behalf. 

The Small Business Administration (SBA) NAICS Code is 511210 and the SBA Size Standard is $41.5 Million.    

A determination not to compete the proposed requirement based on the responses to this notice is solely within the discretion of the Government.  Any information received will be considered solely for market research purposes to determine a competitive procurement.  Responses must be submitted in writing by the No-Later-Than (NLT) closing date and time stated below.  Telephone responses or requests will not be accepted.  Please submit all documents and responses to jorge.l.acevedo4.civ@army.mil by NLT 04/5/22 @ 4:00 PM (EST).  

Contact Information

Contracting Office Address

  • KO DIRECTORATE OF CONTRACTIN MADC 681 ROGERS PLACE 1ST FLOOR
  • WEST POINT , NY 10996-1514
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Apr 20, 2022 11:55 pm EDTSpecial Notice (Original)