Skip navigation
CLN bookstore

Bop Contract With Lexis July 2008

Download original document:
Brief thumbnail
This text is machine-read, and may contain errors. Check the original document to verify accuracy.
OMBNo:

1103-0018

Explmtion Oalo·

SOLlCITAnONICONTRACT/ORDER FOR COMMERCIAL ITEMS

11

OFFEROR 70 COMPLETC SlOCKS 12,17,23.24, & 30
J AWARCIEFF. DATE

2. eot.'TRACT NO

14

CReeR NUMSER

L=·~I~~~i&~l:=-]

COOE

9 ISSUED8Y

TElEPHONE NlAolSER (NoCOled ca'1s)

(202) 616-6150

'----------1

Federal BlIlellu ofPriliOAS
National AcquUtitions Section
320 Firsl S\nlC1 NW Room 5006

26

6 SOUCITATION
ISS'JEOATE
0110412008

RFQ·NAS-0142·200S

ill

a NAME

INFc:RMATlON CAlL

1

5 SOUCITATION t.JUt.lBER

B1 0 C k 31 C

DJ8NAS039
7 -OR SOUClTATlaf

I

PAGE OF PAGES

REQJlSlTlo.INUMSER

0142.2008

10. THIS ACQlBSITlo.llS

0

o

UNJlESTRICTED OR
SET ASICE.

" FOR

§

a

EMERGlN:> SMAlL BUSINESS

SMAll BlJSINF.SS

HUIlZONE SMAlL SUS"less

8(A)

SERVlce.otsA8LEO VETERAN-O'MIlED SMAU IlUSINESS

Washington

11

DC

20534

SII210

NJ\ICS:

SIZE STANOAJ'lD 23.0 MILLION

DEUVERY FOR FOB

o

caJE

"---------ll

I

Federnl Bureau of PriSOl1l
Cmual0ffice WlUdIoUiC

cooe I 002073997

Washington

_

CODE ,'--

_

TlNL.-NO-."T""
114-.04-99-1-'0-1

Foderal Bureau of Prisons
Accounting Operations
320 Firsl Sireel NW Room 5009

Albany
1't10NE: (800)375-5314

NY 12204
F/ll)( (866)96Q..4467

WashiDglon

DC 20S34

181>. SUOYIT INVOiceS TO ADDRESS S~ BlOCK 18a UNLESS
aleX)( BELCW IS a-tECKE!2,
CJ SEE ADOEflOUU

DUD CHECK If REMITIANCE 15 DIFFERENT AND PUT SU01 ADDRESS
IN OFFER

MOO

IL.-

DC 20534

184 PAYMENT Vf1l.lBi! MACE IJY

LexisNais
Mallltew 8ender & Co.
1275 BroadWllY

'9.
!TElA NO

cooe

Foderal Hureau of PriSOAS
Nalicnal Acquisitions Section
320 Finl Street NW Room 5006

I FAClUTY I
calE

ORFP

OIFB

RFO

16. ADMINISTERED BY

CElIVERY DATE

DC 205]4

Washington

METHOD OF SOLICITATION

[!)

320 First Street NW

( 17 ~ ) CONTRACTCRJ
' - "OFFEROR

14.

13b. RATING

NEl30

SEE SCHEtlULE

15 ceUVER TO

138. THIS CONTRACT IS A RATE!)
CROER LNOER oPAS (15 CFR 700)

0

ceSTINATlON I.N.ESS
8I..CO< IS MARKED

20.
SCHEDUlE OF SUFf'LIE5iSER\lICES

21.

22.

QJANTITY

UNIT

\,.23.)

\.24)

UN~lce

AJlClIjm

':he Contractor ahaH providc tho raquirolllcnt [or
~n Bloctronic Law Library (ELLI to tho 'udor~l

Sureau of PriaOAO CSOPI i~atitutiOAs located
thrOUghout the cont19uo~ United Statea Hawaii
and Pucrto Rico.

128 Tt7TAl.AWMDAUOIIHT

lS. ACCClUIfTlNGANll~'I1OOlCATA

-0

[R]

o

P'<rGoofU~ O>~j

SS75.77I.04r;S t

Base Year. 92 FP090022G2 50:2519 YREOOOC: INPIOl28

1ma t

27.. sa.IClTATIOtoIINCCllPOllATES BY REFEREI«:E FAA 52212-1, 52 21~ FAR 52.212.:1 ANI) 512IUARE ATTACHED.
ACCl£NlIA
ARE
ARENOlATTACHED
111> CCHTRACTlPURCHASEOlIOERlNCORPOAATESll'I" R£FSlGHCtiFAR n21Z-4 FAR 52.2t~~ISATTACIEO

AIlllfIlIlA

0
IXJ

ARE

0
0

ARE NOT ATTACHED.

28. CONTRACTOR IS REaJUIeD TO SIClN TliIS ClClCWEHT AND
R~N _2_ COPIES TO ISSUING eFFICE. ComRACTOIl
AGIltES TO F\IlINlSH AND DELIVER Al.L /T£US SET FOIml ~

211 AWARO 0l'COHTRACT: RtF

RFQ-NAS·0142 0\1010

OI'fEllDATUl

YOUR OFFER ON SOUCtTA11ON IEl.OCl(6~ INCUJO'.HG
ANY AOOITlONS OR C>lAAQES VoHCH AIlE SET FCIRf)< HEJtEIN. IS ACCEPTED AS 10
rrEro!S Oplion B Premium 4 Insl. • In Fun

05116108

OTl1ERw1SE lIl£HTIFl£D AIlOJE ANO ON Arf"t AOOITlONAL StlEETS
SU8JfCf TO TIle TERllS AND CON
ONS SPECmfO '!£RElN.

sr...

3"r -,
. UNIllll
- ----:-~oF
. - . - AUl'RlC".A
.. - -. fSI:lNATlJAFORllCHTRACllPlGOFFICElI,
.'. -.-- - - - . ---- . - -- - -~

~

.~...

~

_....:~~:::@e:~:-~:;.p.~::::==~=3Oc.=~~TE~o-~·~:-'~:""'~ ..o:~$;:;j,,;,· ~. ·1 "~~~-~ ~
_ _.....-........-':.:;ll=';:O:.....lI::=::;.:.,;==--==_Uo-!'&.L;;;....II'-L~

.

~ue~(b~~c~~ !

....I-._-I\,--_":'~_ _

STANDARD FORM 1449 {REV. 3120(5)
Prollc:ribcd by GSA· FAR (48 CFR) 53.212

p-

SOUCITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

II. REQUISITION NUMBER

Continuation Sheet

0142·20011

2. CONTRACT NO.

1Bloc k

DJBNAS039
19

20

ITEM NO.

SCHEDULE OF SUPPLlESlSERVICES

0001

15.

3. AWAROiEFF. DATE

31 c

21
QUANTITY

PAGE

OF PAGES

2

26

SOLICITATION NUMBER

RFQ-NAS-O I42-2008
22
UNIT

23

24

UNIT PRICE

AMOUNT

Thin contract sh"ll be in accordance wilh

Allachment I Statemenl o[ Work [or Electronic
L4,. Libraries and the contract clallse3 stated in
Section A.l Conlract Clauses.
0002

The following documents are nll10 incorporated
into the contract,
°Modification 001 lO the REO posled to General
ServiceG AdmLnLGtration (GSAI E-buy on 06/20/08;

0003

-Conlractor's reoponse to ClarHical.ion ill dal.cd
C4/15/2008;

0Contractor's resl'0nse to CLnriUCRl.ion #2 d"ted
C4/18/200B; and

0004

0Attacnment II Electronic Law Library Pricing
Schedule from the contractor' s Quote B Prcllliur.l •
4 institutiono per month Price Schedule daled
05/16/2008. The pricing schedule only
represents the estimated quantities.

OOOS

'rhe contract io awarded nB n rcquircmcnt;s type
task order contract with Clrm-Cixed unit prices
against the contraclor's current GSA Federal
Supply Schedule (PSS) contract GS-02P-01741l.

0006

The Period o( Pcr(ormance for the B~sc Yeor is
fro", the Date oC Award l.h.rough Jlllle 30 2009.

0007

Option Years I1hall be exercised in accordance
wilh tho te~ and condilions ~C the contract.

---------l

.

r-:-~, ~:~~~~-- ~.-.'l

0008

0009

cOli

0012

MO.

.." .....:

'!

SS7s.n1.04

Option Yoar 1, July 1 2009 - June 30 2010

CJ

MO. i&ef"'~J

•

1638732.96

Oplion Year 2' July:' 2010 - Juno 30 2011
•. __ ~~JMO. <» l=:~::-~~

0010

l~~~lI!lt~~~.·j

u

2170213.92

Option Year 3: July:' 2011 • .June 30 2012
L-_-~~ MO. ~ l~_':: ~~j u 2170213.92

Option Year 4, July 1 20:'2 - June 30 2013

!.. ~':.': MO

oJ>

~~. __' . ,

u

2170213.92

AT':"Actw.mrrs
Atlachment 1, StOll.omenl. of W~rk
AttOlchlllcnl. II: Pricing Schedule

STANDARD FORM 1449 (Rev. 312005)

PAGE

3
CONTRACT NO.:
nJnNASOJ9

REQUISITION NUMBER
0142-2008

OF PAGES

26

AWARDIEFF. DATE

Block31c

ADDITIONAL INFORMATION:
The ACO for this Task Order Contract is:

1!B8h:'iW":¥&it!liit!!m§t@iii',}Ei'MJ, Contract:. Specialist
National Acquisitions Section
Federal Bureau of Prisons
320 First:. St., NW, Room 5006
Phone: (202) 616-6150
Fax: (202) 307-1146

E-mail:lli@~~~~~~~~

The Contracting Officer'S Technical Representative (COTR) for this Task Order
Contract is:
6d.2?;?'??:~'::'::N;':H;':';,;; ;(',:::::';;,:,'{'#:'i'::~',:::'::,~i;'mm"n<:i,'i:i,:,;:[1]
Information, policy, & Public Affairs
Federal Bureau of Prisons
400 First St., NW
Phone: (202) 307-302~
Fax: (202) 307-5756
E-mail: Ih..::••.L.-W.:i.•mm;. ;Mj..•:\e..~

!ILAST ITEM!!

STANDARD FORM 1449 (REV.31200SI

Task Order Contract DJBNAS039
Electronic Law Library
A.l

CONTRACT CLAUSES
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with
the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text
available. Also, the full text of a clause may be accessed
electronically at this/these address (es) :
www.acgnet.gov/far
T.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
CLAUSES
NUMBER
DATE
TITLE
52.204-7
52.212-4

JUL 2006
rnB 2007

52.222-50 APR 2006
52.232-18 APR 1984
52.232-33 OCT 2003
52.253-1

JAN 1991

CENTRAL CONTRACTOR REGISTRATION
CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
COMBATING TRAFFICKING IN PERSONS
AVAILABILITY OF FUNDS
PATI~ENT BY ELECTRONIC FUNDS
TRANSFER - CENTRAL CONTRACTOR
REGISTRATION
COMPUTER GENERATED FORMS

The following clauses are incorporated into this
solicitation/contract by full text as follows:
52.216-18 ORDERING (OCT 1995)

(a)

Any supplies and services to be furnished under this
contract shall be ordered by issuance of delivery
orders or task orders by the individuals or activities
designated in the Schedule. Such orders may be issued
from the first day of the effective contract period
through the last day of the effective contract.
(b) All delivery orders or task orders are subject to the
terms and conditions of this contract. In the event of
conflict between a delivery order or task order and
this contract, the contract shall control.
(c) If mailed, a delivery order or task order is considered
"issued H when the Government deposits the order in the
mail. Orders may be issued orally, by facsimile, or by
electronic commerce methods only if authorized in the
Schedule.
[End of Clause]
Pqe4~26

52.216-19 ORDER LIMITATIONS (OCT 1995)

Minimum Order. When the Government requires supplies
or services covered by this contract in an amount of
less than $100.00, the Government is not obligated to
purchase, nor is the Contractor obligated to furnish,
those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to
honor
(1) Any order for a single item in excess of
$2,500,000.00;
(2) Any order for a combination of items in excess of
$2,500,000.00;
(3) A series of orders from the same ordering office
within 30 days that together call for quantities
exceeding the limitation in subparagraph (b) (1) or (2)
of this section.
(c) If this is a requirements contract (i.e., includes the
Requirements clause at sUbsection 52.216-21 of the
Federal Acquisition Regulation (FAR), the Government is
not required to order a part of anyone requirement
from the Contractor if that requirement exceeds the
maximum-order limitations in paragraph (b) of this
section.
(d) Notwithstanding paragraphs (b) and © of this section,
the Contractor shall honor any order exceeding the
maximum order limitations in paragraph (b), unless that
order (or orders) is returned to the ordering office
with 15 days after issuance, with written notice
stating the Contractor's intent not to ship the item
(or items) called for and the reason. Upon receiving
this notice, the Government may acquire the supplies or
services from another source.
[End of Clause)

(a)

52.216-21 REQUIREMENTS (OCT 1995)

(a)

(b)

This is a requirements contract for the supplies or
services specified, and effective for the period
stated, in the Schedule. The quantities of supplies or
services specified in the Schedule are estimates only
and are not purchased by this contract. Except as this
contract may otherwise provide, if the Government's
requirement do not result in orders in the quantities
described as "estimated" or "maximum" in the Schedule,
that fact shall not constitute the basis for an
equitable price adjustment.
Delivery or performance shall be made only as
authorized by orders issued in accordance with the
Ordering clause. Subject to any limitations in the

Page 5 of26

Order Limitations clause or elsewhere in this contract,
the Contractor shall furnish to the Government all
supplies or services specified in the Schedule and
called for by orders issued in accordance with the
Ordering clause. The Government may issue orders
requiring delivery to multiple destination or
performance at multiple locations.
(c) Except as this contract otherwise provides, the
Government shall order from the Contractor all the
supplies or services specified in the Schedule that are
required to be purchased by the Government activity or
activities specified in the Schedule.
(d) The Government is not required to purchase from the
Contractor requirements in excess of any limit on total
orders under this contract.
(e) If the Government urgently required delivery of any
quantity of an item before the earliest date that
delivery may be specified under this contract, and if
the Contractor will not accept an order providing for
the accelerated delivery, the Government may acquire
the urgently required goods or services from another
source.
(f) Any order issued during the effective period of this
contract and not completed within that period shall be
completed by the Contractor within the time specified
in the order. The contract shall govern the
Contractor's and Government's rights and obligations
with respect to that order to the same extent as if the
order were completed during the contract's effective
period; provided, that the contractor shall not be
required to make any deliveries under this contract
after expiration of the applicable contract period.
[End of Clause]
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any
services within the limits and at the rates specified in the
contract. These rates may be adjusted only as a result of
revisions to prevailing labor rates provided by the
Secretary of Labor. The option provision may be exercised
more than once, but the total extension of performance
hereunder shall not exceed 6 months. The Contracting
Officer may exercise the option by written notice to the
Contractor prior to the expiration of the current contract
period.
[End of Clause]

Page 6 of26

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT
(MAR 2000)

(a)

The Government may extend the term of this contract by
written notice to the Contractor prior to the
expiration of the current contract period; provided
that the Government gives the Contractor a preliminary
written notice of its intent to extend at least 45 days
before the contract expires. The preliminary notice
does not commit the Government to an extension.
(b) If the Government exercises this option, the extended
contract shall be considered to include this option
clause.
(c) The total duration of this contract, including the
exercise of any options under this clause, shall not
exceed five years.
[End of Clause]

52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR
(APR 1984)

Funds are not presently available for performance under this
contract beyond September 30. The Government's obligation
for performance of this contract beyond that date is
contingent upon the availability of appropriated funds from
which payment for contract purposes can be made. No legal
liability on the part of the Government for any payment may
arise for performance under this contract beyond
September 30 until funds are made available to the
Contracting Officer for performance and until the Contractor
receives notice of availability, to be confirmed in writing
by the Contracting Officer.
[End of Clause]
CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR)
(JAR 2852.201-70) (JAN 1985)

(a)

(b)

C~~.-.-.~~:",~-::~~-~-=-~·!i!JI6.~r~i.it.~?gVIt~'2::~~:.TE:~---]0

fIn forma t i on, Po 1icy, &
Public Affairs Division, 400 First Street, NW,
Washington, DC 20534, is hereby designated to act as
Contracting Officer's Technical Representative (COTR)
under this contract.
The COTR is responsible, as applicable, for: recelvlng
all deliverables, inspecting and accepting the supplies
or services provided hereunder in accordance with the
terms and conditions of this contract; providing
direction to the contractor which clarifies the
contract effort, fills in details or otherwise serves
to accomplish the contractual Scope of Work; evaluating
Page 7 of26

performance; and certifying all invoices/vouchers for
acceptance of the supplies or services furnished for
payment.
(c)

The COTR does not have the authority to alter the
contractor's obligations under the contract, and/or
modify any of the expressed terms, conditions,
specifications, or cost of the agreement. If as a
result of technical discussions it is desirable to
alter/change contractual obligations or the Scope of
Work, the Contracting Officer shall issue such changes.

COMPLIANCE WITH SECTION 508 OF THE REHABILITATION ACT
OF 1973, 1998 AMENDMENTS:

All electronic and information technology (EIT) procured
through this solicitation and any resulting contract, task
order, delivery order, or purchase order must meet the
applicable accessibility standards at 36 CFR 1194. 36 CFR
implements Section 508 of the Rehabilitation Act of 1973, as
amended, and is viewable at http://www.section508.gov (See
Standards - Part 1194.)
1194.21
1194.26
1194.31
1194.41

Software applications and operating systems.
Desktop and portable computers.
Functional Performance Criteria.
Information, documentation, and support.

The contractor shall indicate for each line item in the
schedule of items whether each product is compliant or
noncompliant with the accessibility standards at 36 CFR
1194. Further, the offer must indicate where full details
of compliance can be found (e.g., with offer, vendor's
website or other location).
[End of Clause)
PROTESTS FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE
(JAR 2852.233-70) (JAN 1998)

(a)

The following definitions apply in this prov1s1on:
(1)
"Agency Protest Official" means the official,
other than the contracting officer, designated to
review and decide procurement protests filed with
a contracting activity of the Department of
Justice.
(2) "Deciding Official" means the person chosen by the
protestor to decide the agency protest; it may be
either the Contracting Officer or the Agency
Protest Official.

Page 80f26

(3)

(b)

~Interested PartyH means an actual or prospective
offeror whose direct economic interest would be
affected by the award or prospective offeror whose
direct economic interest would be affected by the
award of a contract or by the failure to award a
contract.
A protest filed directly with the Department of Justice
must:
(1) Indicate that it is a protest to the agency.
(2) Be filed with the Contracting Officer.
(3) state whether the protestor chooses to have the
Contracting Officer or the Agency Protest Official
~ecide the protest.
If the protest is silent on
this matter, the Contracting Officer will decide
the protest.
(4) Indicate whether the protestor prefers to make an
oral or written presentation 'of arguments in
support of the protest to the deciding official.
(5) Include the information required by FAR

33.103 (d) (2) :

(i)

(c)

(d)

(e)

Name, address, facsimile number and telephone
number of the protestor.
(ii) Solicitation or contract number.
(iii)
Detailed statement of the legal and
factual grounds for the protest, to
include a description of resulting
prejudice to the protestor.
(iv) Copies of relevant documents.
(v) Request for ruling by the agency.
(vi) Statement as to the form of relief requested.
(vii)
All information establishing that the
protestor is an interested party for the
purpose of filing a protest.
(viii)
All information establishing the
timeliness of the protest.
An interested party filing a protest with the
Department of ~ustice has the choice of requesting
either that the Contracting Officer or the Agency
Protest Official decide the protest.
The decision by the Agency Protest Official is an
alternative to a decision by the Contracting Officer.
The Agency Protest Official will not consider appeals
from the Contracting Officer's decision on an agency
protest.
The deciding official must conduct a scheduling
conference with the protestor within five (5) days
after the protest is filed. The scheduling conference
will establish deadlines for oral or written arguments
in support of the agency protest and for agency
officials to present information in response to the

Page 9 of26

(f)
(g)

(hI

(i)

(jl

(k)

protest issues. The deciding official may hear oral
arguments in support of the agency protest at the same
time as the scheduling conference, depending on
availability of the necessary parties.
Oral conferences may take place either by telephone or
in person. Other parties may attend at the discretion
of the deciding official.
The protestor has only one opportunity to support or
explain the substance of its protest. Department of
Justice procedures do not provide for any discovery.
The deciding official may request additional
information from either the agency or the protestor.
The deciding official will resolve the protest through
informal presentations or meetings to the maximum
extent practicable.
An interested party may represent itself or be
represented by legal counsel. The Department of
Justice will not reimburse the protestor for any legal
fees related to the agency protest.
The Department of Justice will stay award or suspend
contract performance in accordance with FAR 33.103(f).
The stay or suspension, unless over-ridden, remains in
effect until the protest is decided, dismissed, or
withdrawn.
The deciding official will make a best effort to issue
a decision on the protest within twenty (20) days after
the filing date. The decision may be oral or written.
The Department of Justice may dismiss or stay
proceeding on an agency protest if a protest on the
same or similar basis is filed with a protest forum
outside the Department of Justice.

Page 10 of26

GSA Advantage! eBuy RFQ - Summary

Page 1 of I

GSA Advantage! Ie-library

lie-Buy

;)~!NI~~:~~~~+~~~~~~~~~~{~~.~;~lt~~~l·r:~~»J%~~jJ~l~@

I

It> forward RFQ

t~ Modify RfQ

l

it> Cantel RFQ

Selected vendor(s) were notified
RFQID

Reference #

RFQ262507

RFQ-NAS-0142-2008

(Modification 1)

RFQ Title

Electronic Law Library
RfQ Status

Delivery Days

Open

From Date of Award to Date of Completion

RfQ Issue Date

RFQ Close Date

02/04/2008 02:33:38 PM EST

02/29/2008 03:00:00 PM EST

Line Items
IMfr. part No/NSN/ltem

IMan ufacture r

I

IProductjService Name

Qty

I

Unit

I

Ship Address

J

Description

Please see the attached Request for Quote (RFQ) NAS-0142-2008 for details regarding this request for an Electronic Law
Library (Ell).
Attached Documents:

Ell RFQ NAS 0142 2008
ELL RFQ Responses to Questions

Shipping Address
(1) Bureau of Prisons:
Federal Bureau of Prisons

LOCATION TO BE SPECIFIED
AFTER AWARD VIA TASK ORDERS
Washington, DC 20534

Individual Receiving ShIpment
VARIOUS IHaTITUTIONS
20261661S~

r;·<:::\:O:~:T~i~:./·:;e::.-~:~;:.7.~:"-:·":~·~:~·l

-

httns'/Iwww ll!~aadvantaQe~ov/advl!saladvanlaRelbuver/rfQaction.do?BV UseBVCookie=Yes&xyz=544

2/20/2008

BOP RFQ-NAS-0142-2008
GSA e-Buy RFQ 262507
Electronic Law Library
Responses to Questions from Potential Quoters

I.

QUESTION: Please provide the specific CLIN and other information that establishes
contractual authority under the incumbent's GSA FSS to offer the portable hard drive
solution.

RESPONSE: This information is not relevant to the current solicitation. If you would
like this information, you may file a Freedom of Information Act request at
www.bop.gov/foial.

2.

QUESTION: Please describe the incumbent's content included in the portable hard
drives.

RESPONSE: This information is not relevant to the current solicitation. If you would
like this information, you may file a Freedom oflnformation Act request at
www.bop.gov/foia!.

3.

QUESTION: Would you consider an offering ofa DVD product equivalent?
RESPONSE: Yes, as long as the BOP can copy the data from the DVD to disk based
storage, centrally or at all institutions.

4.

QUESTION: Would there be any circumstances that an online solution could be
acceptable?

RESPONSE: No.

RFQ-NAS-O 142-2008

Page I of3
Page 12 of26

Responses to Questions fI·om Potentilll Quoters Continued...

RFP Page 21, Software Functional Requirements

,I. .
t·

!'

i
I
!!~ ":

I

I"·

. 'I

...•

"".1

1

..-."

!
i

'I
:,
.-l

.:.>~'

I·· _.

I

I"

I

j

I'

'J •• "

!

1

!

, t

l

j

I

i

!

ii"

,
1-

i

.

'II

'.".

'

'j

!.

:1

t

1

i'

t

,.

f.

:j'''':''

'j

.;;

'j

I

r

-i:
I

i

I

~.

.
.~

'.'

I
I

!

I

I
I
j
I
1,

t"

L._ c •.

I

.c._ ......:.

c.

.•

RFQ-NAS-OI42-2008

.,;..._....

•._ ...__ ~ ..._.__. ~••

._...._ .... __..,_,__•• ,_;.~.'___......:..._.....

.. _.c.'..... ; __ ~.__. '_." __I

Page 2 of3
Page 13 of26

Responses to Questions from Potential Quoters Continued•..

RFQ Pages 9-10. Past Performance. Last paragraph. p.9, 1st 3 paragraphs. p. 10
10.

QUESTION: Would the BOP be willing to complete a Pustl'erformance Questionnaire
regarding the work the contractor does for it?
RESPONSE: You can request for the BOP program office to complete a Past
Performance Questionnaire and return it to you in order for you to incorporate it with
your quotation to the contracting officer. You must submit three completed Past
Performance Questionnaires with your quotation.

R.FQ.NAS.0142-2008

Page 3 of3
Page 14 of26

From:

To:
Date:
Subject:

"Pferrer, David A. (LNG-HBE)" <David.Pfarrer@lexisnexis.com>

[,_·~·~. ~~~ib"]iK.)=:I~~'-.l

4/15/20084:31 :55 PM
FED BOP· RFQ Clarification Answers

On behalf of LexisNexis, I wanted to provide the attached list of
Answers to the BOP's Clarification Questions. We hope the BOP finds our
answers appropriate to clarify any and all questions submitted.

In our discussion a few weeks ago and those prior to the Official RFQ.
we spoke of implementing more than 4 facilities each month and that is
why we at LexisNexis gave 3 options for an implementation schedule· 4
facilities a month, 8 facilities a month and 12 facilities a month. In
our pricing schedule - there is a savings plan for implementing more
than the 4 facilities a month. We are ready, willing and able to help
with the implementation of any of these 3 schedules.

We look forward to continuing our long standing relationship with the
Federal Bureau of Prisons.

If there is anything further you need, please do not hesitate to contact
me.

If you would acknowledge receipt of this response, I would greatly
appreciate it.

David A. Pfarrer, Esq.
800.375.5314 office

•

704.488.4051 mobile

866.960.4467 fax

Page 15 of26

•
Technical Quotation:
1. The following areas of your quotation state that "LexisNexis expects to make
the necessary data and/or software adjustments to meet aU BOP
requirements by the time this contract is awarded."

Assurance is required to ensure that the requirements of the Statement of Work (SOW)

will be satisfied at the time of award.
Clarification to # I:
As stated in the RFQ (see Electronic Law Library, Section A.I Objective, page 7),
LexisNexis will meet the BOP's requirement of commencing performance of this
contract no later than 30 days from the date of award.
2. It is not clear if the method of delivery for the monthly updates meet the
requirements. Please clarify how LexisNexis will provide monthly updates
after initial delivery of tbe software. Will uploading tbe monthly updates
consis~ of loading "update files only" or must tbe entire database content
plus monthly update files need to be uploaded each month?
Clarification to #2:
Uploading the monthly updates will involve uploading the entit< database. As in the
past, if an alternative method is desired, LexisNexis will work with the BOP to

accommodate this request.
Factor 5 - Software " ..,......it"

Page 16 of26

Factor 8 - Training.
4. Bow many copies of the DVD-ROM training video (with copyright I'elease)
will be provided? Is the DVD-ROM downloadable?
Clarification #4:
One DVD-Rom Training Video will be provided to each training person per facility,
but more can be requested by the BOP. This DVD-Rom can be downloaded.

Price Quotation.
5. For the BOP to fully understand LexisNexis' price quotation, please provide
the price ofthe following: t) the enterprise license, 2) the software, nnd 3)
the monthly updates. This information does not change the pricing schedule,
only clarify it.
Clarification #5:
The 3 elements - the enterprise license, software, and monthly updates -- arc
interdependent component5 of our otTer and cannot be priced separately or sold as
stand-alone options.

6. The SOW states that there are 114 BOP institutions. However, BOP
complexes are considered one location for the BOP's inmate network. Thus,
for the purposes of ELL installations, there will be 97 locations or 97
installations. Will this affect the LexisNexis pricing schedule?
Clarification #6:
Yes, this could have a modest effect on the pricing schedule - LexisNexis would be
more than happy to discuss this in more detail.

Page 17 of26

From:
To:
Date:
Subject:
Attachments:

·Pfarrer. David A. (LNG·HBE)" <Davld.Pfarrer@lexisnexls.com>

p(/Y:::'}:\',:!'.',:,!'.':\I)Fi\::~(jjjj'ij(iiji:'::I,:I':I\'I,;Y:\:.\::!'.',::":II;:;J

4118120082:08 PM
FED BOP· RFQ Clarification Answers #2
Clarifications to Quote NAS.o142·2008 - No 2.doc

KristIna -

On behalf of LexisNexls, I wanted to provide the attached Answer to the
SOPOs ClariflCi1tlon Questlons. #2. We hope the BOP finds our answer

appropriate to clarify the question submitted.

There Is a Basic Content Package and a Premium Content Package (the
Premium Content Package Is the one currently being used In the 16
facilities using the lexlsNexis Corrections Solution) and then there Is
an Implementatlan schedule - 4 faclfltles a month. 8 facilities a month
and finally 12 facUlties a month. In our priclng schedule· there is a
savings plan for Implementing more than the 4 facilities a month. We
are ready, W1111ng and able to help with the Implementation of any of
these 3 schedules.

If there is anything further you need, please do not hesitate to contact
me.

David A. Pfarrer, Esq.

800.375.5314 ofllce • 704.488.4051 mobile • 866.960.4467 fax

Page 18 of26

Cislification Notice # 2:
1. The BOP is interpreting the LexisNexis price quote to be for one enterprise
license for unlimited users, to include the software and monthly updates.
Please verify.
Clarification:

Each price option offered in the LexisNexis proposal includes an enterprise license for
unlimited users for each facility listed in the RFQ and this price also includes the monthly
updates and software.
.

Page 19 of26

Attachment I

Statement of Work
for
Electronic Law Libraries
INTRODUCTION
The Federal Bureau of Prisons (BOP) has the requirement for electronic law libraries (ELLs) for
its institutions located throughout the contiguous United States, Hawaii, and Puerto Rico. The
BOP intends to make a single contract award against an established General Services
Administration (GSA) Federal Supply Schedule for a 12- month base year period and four 12month option year periods. All requirements for the ELLs shall be provided in accordance with
the Contractor's GSA FSS and meet the minimum specifications of the Statement of Work. The
BOP shall place the award with the schedule contractor that can provide the best value to the
Government.

During the base year of the contract, the BOP anticipates implementing approximately four
institutions each month. In each option year period thereafter, it is anticipated that 48 ELLs will
be installed following the implementation plan of approximately four institutions per month until
ELLS are installed in all 114 BOP facilities.

BACKGROUND
At present, 16 institutions with ELLs are using legal research software stored on a portable hard
drive, which is updated monthly and shipped directly to the 16 locations. The BOP provides law
libraries (electronically and in print format) for inmates to conduct legal research for the purpose
of addressing their criminal offenses. The goal of the BOP is to install electronic law libraries
(ELLs) in all 114 BOP facilities. Newly activated institutions will immediately install ELLs and
existing institutions will convert their print law library colIections to electronic. The 16
locations currently using ELLs are as follows:

(1) FCI Bennettsville; Belmettsville, SC
(2) USP Big Sandy; Inez, KY
(3) FMC Butner; Butner, NC
(4) FCC Coleman; Coleman, FL
(5) USP Canaan; Waymart, PA
(6) FCI Forrest City; Forrest City, AR
(7) FCI Gilmer; Glenville, WV
(8) USP Hazelton; Bruceton Mills, WV
(9) FCI Herlong; Herlong, CA
(10) USP McCreary; Pine Knot, KY
(11) USP Pollock; Pollock, LA
(12) USP Terre Haute; Terre Haute, IN
(13) FCC Tucson; Tucson, AZ

Page 20 of26

Attachment I
(14) USP VictOlville~ Victorville, CA
(15) FCI Williamsburg; Salters, SC
(16) FCI Yazoo City; Yazoo City, MS

PURPOSE
The purpose of this procurement is to acquire software to implement ELLs in all 114 BOP
facilities nationwide. This procurement is to obtain software that satisfies our technical
requirements for the installation of Electronic Law Libraries and will operate and be compatible
with the inmate network software. The ELL software vendor will provide software to the inmate
network vendor for installation.
SCOPE OFREQUIREM ENTS

Software Data Content Requirements
Vendors may submit additional options to the minimum data content requirements and the BOP
will take the benefit of the additional options into consideration. The vendor must provide a
sample of all content plus any options for approval. Prior written approval must be obtained
from the COTR and Contracting Officer before any changes to content or functionality can be
implemented by the vendor.
Software data contents must include the ronowing data w/monthly updates:
CASE LAW:
US Supreme Court
Federal Appellate Courts
Federal District Courts
District of Columbia, including DC Superior Court
Military Case law (Armed Forces Court of Appeals & Courts of Criminal
Appeals)
STATUTESIRULES/GUIDELlNES:
Annotated United States Code
Annotated District of Columbia Code
Uniform Code of Military Justice
Code of Federal Regulations
United States Constitution w/amendments
Federal Rules of Civil Procedure
Federal Rules of Criminal Procedure
Military Rules of Procedure
Military Criminal Procedure
Immigration Criminal Procedure
Federal Sentencing Guidelines Manual w/uppendices
Consideration will be given to contractors who offer electronic versions for any/or all of
the following materials:
Law Dictionary
Legal Encyclopedia
Page 21 of26

Attachment I
Manual on How to Conduct Legal Research
Habeas Corpus Law, Federal
Compilation of Criminal Forms used in pre-trial, trial, and post-trial federal courts
Rights of Prisoners
Criminal Procedure and Trial Manual
Federal and State Courts Directory
Legal Citation Manual
Case/Statute Citation Verification
Manual for Courts-Martial
Publication contents are to be updated every 30 days.
If any of the above resources can also be provided in Spanish-language versions, that will be
considered when determining best value.
Contractor must receive and be able to integrate BOP policy documents into their data contents
offering. On a quarterly basis, BOP policy documents will be provided to vendor as electronic
media. The BOP policy documents must be integrated within the vendor's software application
and be fully searchable.
Date Coverage of Data Content

All resources should be the most current edition available.
Case law resources should include both 1980 - present and pre-1980 cases.
Software Functional Requirements

The software
- must:
_.- ..---

•
•

-._------

-

•

•

•
Page 22 of26

Attachment 1

·•

Software Security Requirements.
_.- -_. ---

----_._----_.-

-

Hardware Compatibility

The vendor must provide a copy of the software to the COTR for contract administration. The
format can be a portable hard drive or Internet download.
The software should be compatible with the following minimum hardware specifications:
•

"_0

-

",,,.-""........ ••.•

'''00

••

__

•

.••

__ .

_.

.,_,_.

__ " _ 0 , __ , . ,

•
••
••
Installation, Maintenance/Support

•
•

+
•
•

Contractor shall assist with initial installation and implementation of software.
Contractor shall provide inmate network vendor with three types of technical support: (1)
onsite, (2) telephone, and (3) written technical instructions/manual for integration of
their software with the inmate network vendor's software on a centralized server.
Contractor will be responsible for any software malfunctioning requiring
repair/replacements within 24 hours,
Contractor must provide technical support via telephone or email within same day of
contact.
Ifneeded, Contractor shall be available for on-site visits for either training or technical
support. Any travel expenses incurred by vendor for training or technical support shall be
reimbursed in accordance with Federal Travel Regulations, A separate task order will be
issued for any on site / travel required,

Licensing
An enterprise license for the agency is required.

Page 23 of26

Attachment I
Tnlining
•
Contractor shall provide a tutorial or other integrated system training feature to guide the
user through steps for searching the software data.
•
Contractor shall provide an electronic copy of a user manual with copyright release
permission to reproduce multiple copies as needed for distribution to inmate users.

PAYMENT AND INVOICING
The BOP intends to make a single award of a firm-fixed price contract. All invoices shall be
prepared in accordance with FAR clause 52.212-4 (g). Invoices will be sent to the address
provided in Block 18a of the SF-1449 Solicitation/Contract/Order for Commercial Items form.
Payments will be made by Electronic Funds Transfer and in accordance with the Prompt Payment
Act. The contractor shall be registered in the Central Contractor Registration Database and must
keep all information updated.

PERIOD OF PERFORMANCE
Base Year:
Option Year One:
Option Year Two:
Option Year Three:
Option Year Four:

Date of Award through 12 months
13 months through 24 months after date of award
25 months through 36 months after date of award
37 months through 48 months after date of award
49 months through 60 months after date of award

Page 24 of26

Attachment II

DJBNAS039
ELECTRONIC LAW LIBRARY
PRICING SCHEDULE
The Contractor shall provide Electronic Law Libraries (ELL) for the Federal Bureau of Prison
(BOP) institutions located throughout the contiguous United States, Hawaii, and Puerto Rico.
The BOP intends to make a single contract award against an established General Services
Administration (GSA) Federal Supply Schedule fora 12- month base year period and four 12month option year periods. All requirements for the ELLs shall be provided in accordance with
the Contractor's GSA FSS and meet the minimum specifications of the Statement of Work. The
BOP shall place the award with the schedule contractor that can provide the best value to the
Government.
During the base year of the contract, the BOP anticipates implementing approximately four
institutions each month. In each option year period thereafter, it is anticipated that 48 ELLs will
be installed following the implementation plan of approximately four institutions per month until
ELLs are installed in all 114 BOP facilities.
Note that the quantities listed in the Pricing Schedule are estimates only, and do not represent
fixed requirements and in no way are to be construed as actual requirements, nor constitute a
BOP guarantee, nor as a guarantee of revenue to the Contractor. The Government shall not be
responsible for fluctuation in the quantity of deliverables required. Payment shall be made for
actual quantities delivered.
BASE YEAR: Date of Award through 12 months

Product

Quantity
Months
(# Institutions) Of Subscription

Software & License
Software & License
Software & License
Software & License
Software & License
Software & License
Software & License
Software & License
Software & License
Software & License
Software & License
Software & License

4
4

BASE YEAR TOTAL:

48

Unit Price
(Monthlv)

4
4
4
4
4
4
4
4

4
4
$575,771.04

Page 25 of26

Attachment 11

OPTION YEAR 1: 13 months throuah 24 months
Quantity
Product

Months

(# Institutions) Of Subscription

Software & License (Renew)
Software & License
Software & License
Software & License
Sofu...are & License
Software & Licensc
Sofuvare & License
Software & License
Software & License
Software & License
Sofu\"are & License
Software & License
Software & License

48

OPTION YEAR 1 TOTAL:

96

Unit Price
(Monthly)

4
4

4
4
4
4

4
4
4
4
4
4

$1,683,732.96

OPTION YEAR 2: 25 months through 36 months
Quantity
Product

Months

(# Institutions) (Of Subscription)

Sofu\'are & License (Renew)
Software & License

96
2

OPTION YEAR 2 TOTAL:

98

Unit Price
(Monthly)

$2,170,213.92

OPTION YEAR 3: 37 months through 48 months
Quantity
Product

Months

(# Institutions) (Of Subscription)

Software & License (Renew)

98

OPTION YEAR 3 TOTAL:

98

r--,,:;--:~-,-~--,-

-;-;n

L.~_·:_~'~~,l~·~<·~; ~~~i:~·~: ; . . :\~j

Unit Price
(Monthlv)
,,--.---- - - - - --",-e,

L:.:.:.:_,_~J (Ea)

$2,170,213.92

OPTION YEAR 4: 49 months through 60 months
Quantity
Product

Months

(# Institutions) (Of Subscription)

Software & License (Renew)

98

OPTION YEAR 4 TOTAL:

98

Unit Price
(Monthly)
i----:'~-----·,I

:.._L.:~ '.~~;:JlfuU

$2.170,213.92

Page 26 of26

 

 

Disciplinary Self-Help Litigation Manual - Side
PLN Subscribe Now Ad 450x450
Federal Prison Handbook - Side