SOLICITATION NOTICE
70 -- OpenURL Link Resolver
- Notice Date
- 6/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N6890110RCW21
- Response Due
- 7/6/2010
- Archive Date
- 7/9/2010
- Point of Contact
- Amanda Heller 301-619-0242
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This acquisition is being conducted under FAR 13.5, Test Program Procedures for commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N6890110RCW21. The solicitation is issued as a request for proposal (RFP). Provisions and clauses in effect through Federal Acquisition Circular 05-41 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/fac.html and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The NAICS code is 519130, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing an OpenURL Link Resolver Subscription in accordance with the following: Performance Work Statement Project Title: Federated search product and an OpenURL Link Resolver that is built on an online A-Z list database (subscription) 1.0Background The Navy Medical Library Consortium (Telelibrary) subscribes to a number of commercial databases. The end user must search each database separately to find pertinent current information on treatment and diagnosis. The Navy Medical Library Consortium has had numerous discussions about this problem and in October 2009 determined the requirements. Approved in October 2009, their requirements form the functional requirements for this PWS. 2.0 Scope 2.1 To provide Navy health care professionals access to all the databases licensed by the Telelibrary Project through a single delivery system. This reference applies to all health care professionals in the Navy Medicine enterprise: medical treatment facilities, Navy afloat, Marine Corps, contingency and humanitarian missions. 2.2 The Navy Medicine health care professionals depend on online resources to support evidence-based, quality patient care worldwide. The online resources provide evidenced-based: journal literature, reviews, controlled trials, health technology assessments and e-books. This collection of databases contains over 7,000 full text journal titles and 200 full text e-books. Navy health care professionals require access to the literature 24/7. 2.3 All information shall be accurate, complete, unbiased, evidence-based and referenced. The databases must have search tools and include all required databases in one interface. The contractor shall provide an annual subscription to encompass all of the databases purchased and accessed by Telelibrary in accordance with the following requirements. 3.0 ObjectiveProvide Navy Medicine health professionals, afloat, ashore and deployed, an online A-Z list of Telelibrary online books and journals integrated with the print journal titles of Navy medical libraries, the ability to access all of the online full-text licensed by the Telelibrary through an OpenURL Link Resolver and the ability to search all the Telelibrary databases through a single search system. 4.0 Period of Performance.The base period of this contract shall be twelve months from date of award. The Government may, at its sole discretion, award additional 12-month periods of performance following successful completion of the base period. 5. 0 Specific Requirements 5. Architecture..The vendor shall provide an integrated online A-Z list of e-books, online journals and the print journal holdings of participating Navy medical libraries..The vendor shall provide an Open URL link resolver that integrates the Telelibrary licensed databases, so that e-content from one database can be viewed through a link to another..The vendor shall provide simultaneous user access via internet/world wide web to a federated search product. The vendor shall ensure an Internet browser, such as Explorer or Netscape, enables authorized users to search the database..The vendor shall provide 24/7 access availability to its web site to authorized users via both IP authentication and some form of token/key generation..The vendor shall provide a client interface for Telelibrary account administration..The vendor shall maintain an up-to-date authority database of e-books and e-journals that keep content data required by the A-Z list link resolver and federated search product accurate..The vendor shall provide an overlap analysis tools that facilitates decision-making for future Telelibrary purchases..IP-based authentication shall be granted for all Navy Medicine enterprise duty locations. The government will supply a list of IP ranges for Navy Medicine enterprise duty locations. As IP ranges are changed, an updated list will be provided, and the vendor should enable access from the new IP ranges within two business days. For access to the vendor's web site when not at a Navy Medicine enterprise duty location, the vendor will work with the government to coordinate an alternate means for access (such as username/password). The contractor shall provide seamless access to all of Telelibrary's databases through the federated search product and OpenURL. 5.2 Support 5.2.1 The contractor shall provide:.access to the administrative module to authorized users..Help/support service will operate daily during normal business hours (0800 - 1700 EST), except on public holidays where alternate arrangements will be made and publicized..Respond to assigned faults in according to the perceived importance of the reported situation. All faults shall be responded to within 24 hours..Contractor maintenance shall be performed after business hours (0800 - 1700 EST) daily or on weekends.The contractor must provide contact with customer technical support and provide a technical representative for this contract for assistance with technical problems accessing the site within 15 days of award. Contact may be asynchronous (e.g., web site submission or e-mail). The contractor shall provide 30 days prior notice of accessibility unavailability resultant from upgrade or other electronic maintenance requirements. Notice shall be accomplished:.By submission of an email to the Technical POC identified in Section 6.2 of this PWS..By submission of an email to the COR or POC..By posting a notice to the website. 5.3 Functional Requirements 5.3.1 The contractor shall provide an online subscription to a federated search product and an OpenURL link resolver that is built on A-Z list creation software. The online subscription shall include, but is not limited to, the following: A-Z Title List that shall include the following:.Single point of entry to all e-resources with title searching, and subject browsing.from the Web.Ability to browse journals and databases.Ability to view and add new journal and e-book holdings.Ability to link from abstracts and indexes to cited journals A-Z list management system that shall:.Provides the ability to make holdings changes easily.Provide usage statistics on databases and journals.Provides the ability to add custom notes to resources and holdings.Provides the ability to add custom URLs, proxies, and database names.Provides the ability to identify the number and type of searches performed by patrons.Provide accurate and up-to-date information on all metadata.Provide access to reports to measure utilization of content, to include custom procedures..Provide a search utility across products, to include custom ones..Provide access either by block Internet protocol address or individual username/password..Provide central managed activities and updating.Provide overlap analysis.Provides the ability to include print and microform holdings.Provide links to WorldCat to locate additional resources in print.Allow for future upgrades to features like: MARC cataloging.Provide seamless operation with OpenURL Open URL Link Resolver that shall:.Provides single click access to full-text content.Provides the ability to create a customized links display.Provides the ability to create links to alternative resources.Provides compatibility with Athens and Shibboleth (single sign on authentication) and PubMed LinkOut.Provides the ability to link to local holdings.Provides links to Google Books and Google Scholar integration.Provides the ability to create a customized citation form Federated search product with the following specialties:oSearch Syntax/Boolean Logic: And, OR, Not, Phrase Searching, and TruncationoSearch Fields: Title, Author, Full text, Keyword, Subject, Abstract, ISSN, ISBNoSearch Initiation: Select from a list of resources (by subject or by databases)Sorting Options: Date, Title, Author, Source, and Results Clustering by topic, date, journal, and Author..Access to reports to measure utilization of content, to include custom procedures..Filtering for Full-Text and Peer-Reviewed articles.Consortia Support with the ability to push selected data to libraries and still allow members the flexibility to control resources.Clustering Features.Integration of all e-resources, OPAC, archives, print and non print.Central managed activities and updating.Branding of e-resources.Pointers to print materials in collection.Customized search options.Provide seamless operation with A-to-Z list 5.3.2 The contractor shall maintain current, comprehensive, reliable, and standardized titles and URL variations across providers. 5.3.3 The contractor shall work with consortium members to generate a comprehensive list of all resources held by members to include all e-resources and journals held in paper or microform. 5.3.4 The contractor shall provide a capability for multiple libraries to view and use the Open URL link resolver, federated search product and A-Z Title List at multiple locations simultaneously (may be displayed at one, multiple, or all facilities). Such capability shall be access controlled. 5.3.5 The contractor shall provide necessary support to ensure product or products work within the firewalls of DoD facilities. 5.3.6 The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract. All services are required. 6.0 Contracting Officer's Representative/Technical Point of Contact. 6.1 The Government may appoint one or more Contracting Officer's Representatives (CORs) to oversee requirements of the contract. CORs have limited authority. A copy of the written delegation of authority will be provided to the contractor. The Government is not bound by agreements made with the contractor, which exceed the authority expressly provided in the delegation. The government reserves the right to change the Point of Contact, with notification to the contractor. 6.2 The Government will identify one or more Points of Contacts (POC) for technical matters. Point of ContactLCDR Andrew.Jones@med.navy.mil 210-808-0744 EVALUATION FACTORS FOR AWARD Lowest Price Technically AcceptableTechnical: FirstPrice: Second EVALUATION CRITERIA: The Government will award a contract resulting from this solicitation to whose submission, conforming to the solicitation, will be the most advantageous to the Government. The Government intends to evaluate submissions and award a contract without discussion. The initial submission should contain the 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 submissions if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in submissions received. Evaluation Factors for Award: Low price, technically acceptable (meets the essential characteristics requirement). TECHNICAL EVALUATION CRITERIA The offeror must meet all of the minimum requirements in the Performance Work Statement to be considered for award, including, but not limited to, the following:.The contractor shall maintain current, comprehensive, reliable, and standardized titles and URL variations across providers..The contractor shall provide a capability for multiple libraries to view and use the Open URL link resolver, federated search product and A-Z Title List at multiple locations simultaneously (may be displayed at one, multiple, or all facilities). Such capability shall be access controlled..The contractor shall provide:.access to the administrative module to authorized users..Help/support service will operate daily during normal business hours (0800 - 1700 EST), except on public holidays where alternate arrangements will be made and publicized..Respond to assigned faults in according to the perceived importance of the reported situation. All faults shall be responded to within 24 hours..Contractor maintenance shall be performed after business hours (0800 - 1700 EST) daily or on weekends. PRICE EVALUATION CRITERIA The price proposal shall include the complete pricing. Offers shall propose pricing for a one year base period with the option of four, one year option periods. Evaluation will be based on price reasonableness and completeness. PROPOSAL INSTRUCTIONS: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Proposals shall specify the Total Price. Proposals will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions:Central Contractor Registration (CCR). Offerors must 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. FAR Provisions & Clauses: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: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:FAR 52.247-34, F.O.B. Destination;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: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to Amanda Heller, amanda.heller@med.navy.mil. Proposals are due by 4:00 PM Eastern Time on 06 July 2010. Any questions must be addressed to amanda.heller@med.navy.mil by email only NLT 1 July 2010. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6890110RCW21/listing.html)
- Record
- SN02190103-W 20100630/100628235125-d20fc5bb95dd487e253f4bba04d7320e (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 |