Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

70 -- The Food and Drug Administration, BioSciences library requires perpetual access to ScienceDirect backfiles.

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511199 — All Other Publishers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
09-223-SOL-1080326
 
Archive Date
9/17/2010
 
Point of Contact
Jose Bumbray, Phone: 301-827-9215, Veronica Dhaness, Phone: 3018279386
 
E-Mail Address
Jose.Bumbray@fda.hhs.gov, Veronica.Dhaness@fda.hhs.gov
(Jose.Bumbray@fda.hhs.gov, Veronica.Dhaness@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance the Federal Acquisition Regulation (FAR) format in Subpart 12.6 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 solicitation number 09-223-SOL-1080326. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35. The associated North American Industry Classification System (NAICS) Code is - 511199- Publishing Industries except Internet); The Food and Drug Administration, Biosciences library requires perpetual access to ScienceDirect backfiles. FDA has purchased perpetual access to Backfile collections which include: Agriculture & Biological Sciences, Anesthesiology, Chemical Engineering and Physical and Analytical Chemistry, Emergency Medicine, Environmental Science, Immunology and Microbiology, Medicine and Dentistry collection (7 of 17 sections), Pain Medicine, Pharmacology, Toxicology and Pharmaceutics, Radiology and Imaging and Veterinary Science. With the backfiles, FDA has perpetual access to the full-text of content from a selection of journal articles from these subject areas with years of coverage prior to January 1995. Based on document delivery and usage stats, we request the one time purchase of the following backfiles: Lancet - world's leading medical journal dating back to 1823 Materials Science - comprised of 108 titles http://www.info.sciencedirect.com/techsupport/journals/bfmatsci.htm Organic Chemistry - comprised of 15 tiltes http://www.info.sciencedirect.com/techsupport/journals/bforchem.htm http://www.info.sciencedirect.com/techsupport/journals/bforchemsup1.htm Bioschemistry/Genetics/Molecular Biology - comprised of 140 titles http://www.info.sciencedirect.com/techsupport/journals/bfbiogenmol.htm The requirements for the services are provided below: 1.0 Scope and Requirements FDA requires online access to the following publications, most with access back to 1995 to the present (and for those titles where we already own the archival rights due to the one time purchase of the backfiles, access back to the first year the title was published). The service development shall meet the following requirements and will serve as a basis for technical evaluation: 2. Specific Requirements: a. An Agency wide site license for 24/7 desktop web access, via IP b. Customer service shall be available to troubleshoot website/connectivity issues via phone, email, etc. during normal business hours c. Researchers and librarians need access to all of the resources and must be able to search selected resources with one query and one interface. d. Researchers require a single access interface to search across multiple resources. This type of simultaneous searching reduces the need for multiple searches and saves the agency time and the cost of purchasing multiple print subscriptions through various contractors. e. Researchers shall have the option to set up alerts to keep current by registering for a username and password. f. Researchers shall have the ability to display related articles, i.e. to pull up other articles related to their area of research when they retrieve their original search results 3. Contract Type: Commercial Item - Firm Fixed Price. 4. Period of Performance: This is a one time purchase of backfiles with perpetual access. 5. Deliverables: The interface is hosted on the contractor's server (ScienceDirect platform) with IP access. Researchers have the option to register for a username and password access to establish alerts to be run on a regular basis to keep current with their subject area of expertise. Usage statistics will be provided on a monthly basis by the vendor. FOB Point Destination: The interface is hosted on the contractors' server via IP access: Usage statistics are available on a monthly basis form the vendor. Training (WebEx or in person) and promotional materials are provided as needed. COLLEEN PRITCHARD SUPERVISORY LIBRARIAN OA/OM/OSS/OPILS/FDABL CDER, FDA WO2 RM3051C 10903 New Hampshire Ave301-827-1770 Silver Spring, Maryland 20993 Colleen.Pritchard@fda.hhs.gov Payment terms net 30 days. Standard commercial warranty is required, if applicable. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The provision at FAR 52.212.2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of the provision are as follows: The Government will award a contract resulting from solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet the Government's requirement (ii) Past Performance (iii) Price Technical and past performance, when combined, is approximately equal when compared to price in determining the best value to the government. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the government's requirement. The tradeoff process will be utilized meaning that tradeoffs among price and technical capability will allow the government to accept other than the lowest priced technically acceptable offer. The Government will evaluate the technical capability factor as to whether the offer meets or exceeds the minimum specifications. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. The offer shall include any applicable technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside the Government. The Provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, applies this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COTR) specified at award. If the supplies or services are acceptable, the COTR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COTR shall document the nonconforming items/services and immediately notify the contracting officer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 alt I, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52-225-5, 52.225-13, Wo and 52.232-33. The following additional provisions and/or clauses apply: 52-204-4 & 52.204-7. Clause and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/ The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm. 352.270-10 Anti-Lobbying (January 2006) One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. 352.270-19-Electronic Information and Technology Accessibility (January 2006) Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by Public Law 105-220 under Title IV (Rehabilitation Act Amendments of 1998) and the Architectural and Transportation Barriers Compliance Board Electronic and Information (EIT) Accessibility Standards (36 CFR part 1194), require that all EIT acquired must ensure that: (1) Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities; and (2) Members of the public with disabilities seeking information or services from an agency have access to and use of information and data that is comparable to the access to and use of information and data by members of the public who are not individuals with disabilities. This requirement includes the development, procurement, maintenance, and/or use or EIT products/services; therefore, any proposal submitted in response to this solicitation must demonstrate compliance with the established EIT Accessibility Standards. Information about Section 508 is available at http://www.section508.gov/. The following applications standards have been identified as being applicable for this service: 1194.21 Software applications and operating systems 1194.31 Functional performance criteria 1194.41 Information, Documentation and Support POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE a. Contractor Performance Evaluations Interim and final evaluations of contractor-performance will be prepared on this contract in accordance with FAR Subpart 42.15. A final evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluation will be prepared annually to coincide with the anniversary date of the contract. Interim and final evaluations will be provided to the contractor as soon as practicable after completion of the evaluation. The contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding an evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before and award could be made to them. If company is not registered in CCR, they may do so by going to CCR website at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation, if any. Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 09-223-SOL-1080326. The offers are due in person, by postal mail, fax, or email to the point of contact listed below on or before September 2, 2010 by 3:00pm (Eastern Standard Time) at the Food and Drug Administration, OC/OSS/OAGS, Attn: Jose Bumbray, 5630 Fisher Lane, Room 2108, Rockville, Maryland 20857. For information regarding this solicitation, please contact Jose Bumbray at (301) 827-9215, or via email at jose.bumbray@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/09-223-SOL-1080326/listing.html)
 
Place of Performance
Address: COLLEEN PRITCHARD, SUPERVISORY LIBRARIAN, OA/OM/OSS/OPILS/FDABL, CDER, FDA, WO2 RM3051C, 10903 New Hampshire Ave, Silver Spring, Maryland 20993, 301-827-1770, Colleen.Pritchard@fda.hhs.gov, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02258104-W 20100829/100827235448-2a67381cccefc7a644575348e2378dfe (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.