Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
DOCUMENT

U -- SAGE Journals Current Subscription - Attachment

Notice Date
8/2/2012
 
Notice Type
Attachment
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112I0355
 
Response Due
8/9/2012
 
Archive Date
11/16/2012
 
Point of Contact
Nicholas Sparks
 
Small Business Set-Aside
N/A
 
Description
SAGE FULL TEXT ELECTRONIC JOURNAL SUBSCRIPTION Office of Information and Analytics Request for Information: VA701-12-I- 0355 August 2, 2012 I. Introduction: This is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) requires a commercial off the shelf web based, full text, Sage Publishing electronic journal collection subscription that will be made available throughout the VHA healthcare system. VHA's goal is to insure uniform availability to a subscription based collection of high quality, clinical, full text electronic journals across the VHA system to improve clinical decision making at the point of care. Title list attached at end of document. III. Requirements: Objectives The desired goals of the nationwide provision of a subscription to a collection of full text, electronic journals are as follows: Providing access nationwide to a collection of full text, electronic journals that will build on the already in place enterprise wide subscriptions to the web based versions of New England Journal of Medicine and ACP Pier Plus from STAT!Ref. Initiating a nationwide, centralized purchase to capitalize on the economies of scale offered by vendors. Negotiating one contract to decrease the current contracting and reviewing efforts that are required at the facility and/or VISN level and thereby avoid the costs and workload associated with multiple procurements. Making the collection of full text, electronic journals accessible throughout the network through CPRS (Computerized Patient Record System), the VA's Electronic Health Record, to insure consistent access at the bedside for all VHA health professionals and staff. The vendor must provide a single web URL which will provide the VA with a single point of entry to all resources provided. Scope of Work The vendor will provide all sites on the VHA network with access to a single online, web-based product. Authentication will be through IP address validation on an enterprise basis, eliminating the need for users to enter identification, username and/or password. An unlimited number of simultaneous users are to have immediate access from any web-enabled computer within VHA. It is required that all authorized remote users with VPN access also have access to the product. A username and/or password option must be offered for remote users if needed. Usability Searching and navigating within the system are logical and easy to use. Searching quickly retrieves material of high relevance. Users should be able to search by journal title, volume, issue, year, and page numbers in addition to text or keyword searches. The product has "user friendly" help and direction aids. Access, content, support Product is 508 compliant. (http://www.section508.gov/) If product is not 508 compliant, vendor must describe measures being taken to bring product into compliance and date, within 12 months of contract award, that product will be 508 compliant. OR If product is not 508 compliant, then the vendor must describe why no work is being done to make it 508 compliant. Access to be granted through IP address validation on an enterprise basis, eliminating the need for users to enter identification, username and/or password. An unlimited number of simultaneous users are to have immediate access from any web-enabled computer throughout VHA. It is required that all authorized remote users (with VPN, dial-up, wireless access, etc.) have access to the product through any VA networked computer and/or CPRS. A username and/or password option must be offered for remote users if needed. The product is compatible with most standard web browsers, which have cookies enabled. To insure privacy, the product uses session cookies rather than persistent cookies. The product is compatible with the Windows environment. Full text articles should be available in PDF format. Access to the titles should be up to date with no period of embargo to the full text. All site content and support of the web site is the responsibility of the contractor. This includes tech support to VHA users nationwide. System downtime is minimal and VA project manager is when this occurs. Articles are easily printed. Single point of contact for customer service issues, available by both phone and email, is assigned to VA. Questions are responded to within two business day. Usage statistics are available to the system administrator on an enterprise level. Availability of usage statistics at an IP level is highly desirable. The product should be accessible via a variety of Personal Digital Assistant (PDA) platforms including the Blackberry. The vendor should offer training services on an as requested basis. A variety of training session modalities should be available (e.g., web-based, live, podcast, streaming video, etc.). Articles can be emailed among VHA colleagues. IV. Submittal Information: Responses will assist in determining the acquisition strategy used for this procurement. For example, if enough responsible and capable -Disabled Veteran Owned Small Businesses (SDVOSBs) respond, the acquisition strategy will most likely be a SDVOSB set-aside; therefore, interested vendors who are responsible and capable of performing the work are strongly encouraged to respond by the date specified. At this time no acquisition strategy has been decided. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A.Experience 1.Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for each domain requirement for which your company is responding: a.Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b.Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners' contact information. c.Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. 2.A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 3.A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1.A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2.Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a.Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Nicholas Sparks Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to Nicholas Sparks at Nicholas.Sparks@va.gov no later than 1:00 PM EDT on Thursday, August 9, 2012. Disclaimer This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0355/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0355 VA701-12-I-0355.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=424338&FileName=VA701-12-I-0355-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=424338&FileName=VA701-12-I-0355-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02825165-W 20120804/120803000838-35777eb96a977c08a015cc6c9caadb32 (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.