SOLICITATION NOTICE
76 -- ProQuest Health Management or equal - Journal List
- Notice Date
- 10/22/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6890110RCW0010
- Archive Date
- 11/20/2009
- Point of Contact
- James D. Suerdieck, Phone: 301-619-3060, Tameka N Davis, Phone: 301-619-1677
- E-Mail Address
-
james.suerdieck@med.navy.mil, tameka.davis@med.navy.mil
(james.suerdieck@med.navy.mil, tameka.davis@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Journal List This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 & 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Proposal number is N6890110RCW0010. Provisions and clauses in effect through Federal Acquisition Circular 05-37 are incorporated. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The provisions and clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The NAICS code is 519130, with a small business size of 500 employees. There is no set-aside for this acquisition. All qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing an online electronic subscription to ProQuest Health Management (Brand name or equal) with the following: 01) MyLibrary Service Fee (if applicable, brand name or equal), QTY: 1 YEAR 02) ProQuest Health Management subscription (brand name or equal), QTY: 1 YEAR OPTION 1 03) MyLibrary Service Fee (if applicable, brand name or equal), QTY: 1 YEAR 04) ProQuest Health Management subscription (brand name or equal), QTY: 1 YEAR Period of Performance: December 1, 2009 – November 30, 2010 (plus one year option) Products shall support Navy Medicine health care personnel assigned to the following core sites and their associated remote branch facilities: NATIONAL NAVAL MEDICAL CENTER, BETHESDA, MD NAVAL MEDICAL CENTER, PORTSMOUTH, VA NAVAL MEDICAL CENTER, SAN DIEGO, VA BUREAU OF MEDICINE AND SURGERY, WASHINGTON, DC NAVAL HOSPITAL, JACKSONVILLE, FL NAVAL HOSPITAL, BREMERTON, WA NAVAL HOSPITAL, YOKOSUKA, JAPAN NAVAL HOSPITAL, OKINAWA, JAPAN NAVAL HOSPITAL, GUAM NAVAL HOSPITAL, GUANTANAMO BAY, CUBA NAVAL HOSPITAL, CAMP LEJEUNE, NC NAVAL HOSPITAL, NAPLES, ITALY NAVAL HOSPITAL, SIGONELLA, ITALY NAVAL HOSPITAL, ROTA, SPAIN If not brand name as specified above, the proposed product shall meet the following Salient Characteristics: The purpose of this procurement action is to establish a contract for a subscription to a computer–based health care planning and administration reference database (base year, and one year option). The vendor shall provide a database in accordance with the following requirements. 1. The system shall support Navy Medicine health care personnel assigned to the following core sites and their associated remote branch facilities: National Naval Medical Center, Bethesda, MD Naval Medical Center, Portsmouth, VA Naval Medical Center, San Diego, CA Bureau of Medicine and Surgery, Washington, DC Naval Hospital, Jacksonville, FL Naval Hospital, Bremerton, WA Naval Hospital, Yokosuka, Japan Naval Hospital, Okinawa, Japan Naval Hospital, Guam Naval Hospital, Guantanamo Bay, Cuba Naval Hospital, Camp Lejeune, NC Naval Hospital, Naples, Italy Naval Hospital, Sigonella, Italy Naval Hospital, Rota, Spain 2. Full database access shall be provided to all users at supported Navy Medicine activities, whether these users are assigned to the core facilities noted above or the associated remote facilities. This access shall be provided for users located at the actual activities, as well as for users working from home. 3. The vendor shall provide a central, Internet accessible system that allows Navy Medicine users at supported sites to access the health care planning and administration reference database(s) 24 hours per day, 7 days per week. This system shall be located at a non-Government site managed by the vendor. The vendor shall ensure each reference database on this system is updated frequently to maintain currency of information. The vendor shall provide access to this system by either IP address authentication (for users at covered Navy Medicine activities), or by username and password (for home users). Information on the IP address ranges to be included for this effort will be provided by the Government to the vendor following contract award. 4. Internet Explorer version 6.0 and above shall be supported for full access to all functions provided by the system. 5. The vendor shall provide information on the full text coverage provided within their database for key health care planning and administration journals. This information shall include type of full text coverage provided (HTML, image, PDF), dates of coverage for each full text type provided, any gaps in full text coverage, any limitations on full text searching and retrieval, and any embargo dates restricting full text availability. Key journals for which this full text coverage information shall be provided are separately attached (see attachment). 6. The system shall at a minimum support searching by article title, article subject, article author, and keyword. To provide more focused searching, the system shall provide user-selectable filtering options to limit searches to specific journals, authors, or years of publication. 7. The system shall provide Boolean search options (AND, OR, NOT) to facilitate database searching. The system shall also provide wild card search options to enable users to specify all text beginning with a specified character string. 8. The system shall display search results in the form of citations that show the article title, article author, name of the journal in which the article was published, and the date of the journal issue. Each article citation shall provide a link enabling the user to obtain extended information on the article, including an abstract which summarizes the information and findings provided by the article. If the full text of the article is available, a link to the full text article shall be provided. If the full text is available in multiple formats (e.g., HTML and PDF), a link to each full text format shall be provided. 9. The system shall permit users to select individual or multiple citations and abstracts identified during database searches for subsequent operations. The system shall permit the user to print, save to disk, or e-mail any or all the selected records. 10. The system shall permit users to display any full text journal articles identified during searching. The capability to print, save to disk, and e-mail the full text articles shall also be provided. 11. The vendor may include healthcare planning and administration textbooks as part of the database reference material. If this is made available, the vendor shall authorize a minimum of three simultaneous user sessions for each textbook provided. 12. The vendor shall provide 7x24 technical support to resolve user problems accessing and using all of the products provided under this contract. A toll-free telephone number and an e-mail address shall be provided for users to report problems and request assistance. 13. The vendor shall provide training materials (e.g., quick reference cards, training presentations, and instructional videos) to assist new users in learning how to use the reference database. Additionally, the vendor shall include an online, context-sensitive help feature to assist users in accessing the system and obtaining needed reference information. 14. This requirement is subject to Section 508 compliance. Vendor proposals shall address how the proposed solution will comply with Section 508. Evaluation Factors for Award: The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award will be made on the basis of the lowest evaluated price meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). The Government intends to evaluate offers and award a contract without discussion with offerors. The offeror's initial offer should contain the offeror's best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Evaluation Factors for Award: Lowest price, Technically acceptable. Offerors shall price each CLIN (including options). This is an all or nothing requirement, therefore, vendor shall provide a price for each requirement with the CLINs, otherwise your proposal will be determined to be substantially incomplete and not warrant any further consideration. The following factors shall be used to evaluate offers: 1. Technical Features Meeting/Exceeding Salient Requirements (Brand Name or Equal) 2. Total Price (all CLINs shall be priced) Proposal Instructions to Offerors: Offerors are required to submit their proposals in two separate volumes as follows: Volume I – Technical Volume II – Pricing Proposal The completion and submission of the above items will constitute an offer (proposal) and will indicate the offeror’s unconditional assent to the terms and conditions of this RFP and any attachments hereto. Alternate proposals are not authorized. Objections to any terms and conditions of the RFP will constitute deficiency, which will make the offer unacceptable. Volume I – Technical: This volume shall contain the Technical Approach. This portion of the proposal to include all data and information required for technical evaluation of brand name or equal product, and exclude any reference to the pricing aspects of each offer. If an equal product is proposed, offeror shall demonstrate how that product is equal to the brand name product. Offerors shall demonstrate in sufficient detail a technical approach that will successfully accomplish each of the requirements of the salient characteristics. For purposes of clarification for the Technical Evaluation Team, offerors are encouraged to provide trial access to their products to demonstrate how the requirements of the SOW are addressed and met. Volume II – Pricing: This volume shall include the complete pricing. Offerors shall propose pricing for a one year base period with an option for a 1 year option period. FAR Provisions & Clauses: FAR 52.211-6, Brand Name or Equal. FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) FAR 52.213-2, Invoices Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response, or provide an affirmative response that the offeror is registered in ORCA and all information in ORCA is current and complete. All clauses shall be incorporated by reference or full text in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.227-7015, Technical Data—Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; Other Administrative Instructions: Central Contractor Registration (CCR). In accordance with FAR 52.212-4, Offerors shall be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to James Suerdieck at james.suerdieck@med.navy.mil. Proposals are due by 1200 Eastern Time on 05 NOV 2009. Any questions must be addressed to James Suerdieck, by email only NLT 03 NOV 2009. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6890110RCW0010/listing.html)
- Place of Performance
- Address: 615 E. Houston Street, Ste 593, San Antonio, Texas, 78205, United States
- Zip Code: 78205
- Zip Code: 78205
- Record
- SN01990636-W 20091024/091022235416-8edba69347c387b643bb977e57eb650e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |