Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2014 FBO #4772
SOURCES SOUGHT

76 -- AFICANursingSubscription - SOW - Attachment 1

Notice Date
12/16/2014
 
Notice Type
Sources Sought
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
AFICANursingSubscription
 
Archive Date
1/17/2015
 
Point of Contact
Corey M. Berry, Phone: 2103959822, Stephanie M. Faulkner, Phone: 2103959850
 
E-Mail Address
corey.berry@us.af.mil, stephanie.faulkner@us.af.mil
(corey.berry@us.af.mil, stephanie.faulkner@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Current list of journals Statement of Work Nursing Clinical Reference Library Subscription General Information Classification Code: 7610- BOOKS AND PAMPHLETS NAICS Code: 519130 - Libraries and Archives (Small Business Size Standard 500 Employees) THIS IS A REQUEST FOR INFORMATION (RFI)/ SOURCES SOUGHT ANNOUNCEMENT to conduct market research relative to the Nurses Clinical Reference subscription requirement. This RFI announcement is NOT a Request for Proposal (RFP) and the Government is not committed to award a contract pursuant to this announcement. The information from this RFI is for planning purposes only and will assist the Government in planning its acquisition strategy and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. General Intent The Air Force is looking to award a single contract to facilitate this requirement. This market research is being conducted to assist in determining the best acquisition strategy for the subject service. Any information regarding contract type, commercial practices, and specifications are requested and being considered for the development of the solicitation. This announcement is targeted for all qualified businesses that can perform the services as stated in the DRAFT Statement of Work (SOW) dated 04 December 2014 ; responses from all interested parties are appreciated and accepted. Description The Vendor shall provide multiple, simultaneous access via internet/world wide web to the site. The Vendor shall ensure authorized users to search the database and retrieve full-text journal articles and bibliographic citations using common internet browsers such as Internet Explorer or Mozilla Firefox. The database shall provide retrievable (printable and option to file save) nursing information, drug information, full-text nursing books and journals, patient education information, clinical updates, and content including figures, pictures, index and graphs 24 hours a day, 365 days a year. All information shall be accurate, complete, unbiased, evidence-based, and referenced with current medical literature. Background The Air Force (AF) Medical Service (AFMS) maintains a virtual library to replace physical mnursing libraries. Subscriptions to online reference library services for books and journals specific to Air Force Nurses and nursing service providers are required. A link to the subscriptions is posted on the AFMS Virtual Library site https://kx.afms.mil/. The database and full-text titles in the appendix (Attachment 1) were carefully chosen to meet the nursing and research needs of the providers in the AFMS. Titles must include current literature. The previous contract number is FA7014-09-F-A110, base and 4 options, awarded to Advanced Educational Products, Inc. Information Requested The AFICA 773 d Enterprise Sourcing Squadron (773 ESS) is seeking responses to the questions listed below. Please provide your responses on company letterhead to the Point of Contact (POC) identified at the end of this RFI. 1. Please provide your company's name, mailing address, Cage Code, Data Universal Numbering System (DUNS) identification number, Point of Contact (POC), telephone number and e-mail address. Please also provide the name of the company's Parent Company, if applicable. 2. Please provide your business size status (i.e. 8(a) Business Development Small Business Certification, Historically Underutilized Business Zone (HUBZone), Woman- Owned Small Business (WOSB) or Service Disabled Veteran-Owned Small Business (SDCOSB), Small Business, Large Business, etc.) under NAICS 541611. *If you are under the 8(a) program, please identify when you graduate from the program. 3. Given the nature of the work described in the draft SOW, if you feel another NAICS code better fits this requirement, please identify that. 4. Has your company had experience with this type of service, and/or at this magnitude in the last 5 years? 5. Based on the draft SOW, do you have enough information to provide an accurate proposal? If not, what additional information can the Government provide to assist you in creating a more accurate proposal? 6. Based on the draft attachment of titles, are you able to provide titles that are similar in content and still pass industry standards and qualifications? Please provide rationale to support your answer. 7. Are industry standards based off of proprietorship of titles? 8. Based on the draft attachment of title, do similar or like titles exist that are able to provide the same content and purpose? Please provide rationale to support your answer. 9. Identify any factors that likely contribute risk or uncertainty to developing a contractor proposal for this proposed requirement. Please rate any factors you identify as either high or low regarding the degree of risk to the contractor. For the high risk drivers, please explain why the risk is high and suggest how the Air Force might mitigate or reduce this risk. 10. Do any components of the SOW conflict with standard industry practice? If so, please describe. 11. Would your company be interested in participating in this solicitation? Please provide any additional questions, comments, concerns, etc. you have concerning this proposed acquisition. Provide feedback on whether the objectives, requirements, and other information presented in the Draft SOW are clear, achievable within the proposed period of contract, and provide suggested changes, as appropriate. Format of Responses Limit RFI responses to 10, single-sided, single-spaced pages. The font for text should be Times New Roman 12-point or larger. The Responder may use oversized pages (including "foldouts") where appropriate to contain graphic presentations. Oversized pages do not count as extra pages within the page limitations. Submitted responses should be in Microsoft Word or Adobe Acrobat format. Existing commercial documentation and product literature can also be submitted and is not subject to a page limitation. Responses must be unclassified and any proprietary information provided must be marked accordingly. To protect such data, each line or paragraph on the pages containing such data must be specifically identified and marked with a legend similar to the following: "The following contains proprietary information that (name of Responder) requests not be released to persons outside the Government, except for the purposes of review and evaluation." Interested parties must send their responses to this RFI, no later than (NLT) 1300 (1:00p.m.) Local San Antonio Time, 02 January 2015 to corey.berry @us.af.mil. Disclaimer - This notice does not obligate the Government to award a contract or otherwise reimburse the responder for information submitted as a result of this RFI. The Government reserves the right to use the information provided by any respondent for any purpose deemed necessary and legally appropriate. Information submitted will become the property of the Government. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8cefbc372a4d4f9a63637da07a8a8a77)
 
Place of Performance
Address: 2200 Bergquist Dr, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03597020-W 20141218/141216234316-8cefbc372a4d4f9a63637da07a8a8a77 (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.