Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2018 FBO #6116
SOLICITATION NOTICE

D -- WEB ACCESS TO ONLINE SUBSCRIPTIONS

Notice Date
8/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
18-223-SOL-00083
 
Archive Date
9/14/2018
 
Point of Contact
Phillip K. Frame,
 
E-Mail Address
Phillip.Frame@fda.hhs.gov
(Phillip.Frame@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
i) This is a combined synopsis/solicitation for commercial items prepared in accordance with 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; quotes are being requested and a written solicitation will not be issued. In accordance with FAR 13.106-1(b) this is a sole source requirement. ii) The solicitation number is 18-223-SOL-00083. iii) The solicitation documented and incorporated provisions and clauses in effect through the Federal Acquisition Circular (FAC) FAC 2005-97, Effective 24 Jan 2018 iv) The associated North American Industry Classification System (NAICS) Code is 519130 - Internet Publishing and Broadcasting and Web Search Portals; Small Business Size Standard is 1,000 employees. v) The US Food & Drug Administration (FDA) intends to issue a Commercial Item Firm Fixed-Price purchase order that meets the following specifications below. Please submit all quotes to be valid until September 30, 2018. CLIN Description Qty Unit of Issue Price 0001 Access to Online subscriptions 1 EA $ Total Amount $ vi) Description STATEMENT OF WORK (SOW) - Background and Purpose The FDA Library intends to update and renew subscriptions to: • 2018 Book Series for Methods in Enzymology and Profiles of Drug Substances, Excipients, and Related Methodology • Annual Subscription to Reference Works in Biomedical Sciences Access Plus • Veterinary Medicine ebook 2018 (expected number of books 4) • Pharmacology, Toxicology, and Pharmaceutical Science ebook 2018 (expected number of books 38) • Add Agricultural, Biological, and Food Science Collections for FY17 (# of books 115) & FY18 (expected number of books 118) 1.0 Scope and Requirements The FDA Library requires enterprise wide online web access to selected reference modules, ebooks, and journals with unlimited searching based on IP authentication. With the exception of the annual RefWorks in Biomedical Science, FDA staff will have perpetual access to the other ebooks titles. 2.0 Specific Requirements Based on Gap Analysis and Turnaway reports, the FDA requires continued online access to 2018 ebooks in the Science Direct pharmacology, toxicology and pharmaceutical science and veterinary medicine collections with perpetual access. In addition, we are procuring/renewing an annual subscription to Reference Module Reference in Biomedical Sciences featuring content provided below. An Excel spreadsheet is attached and includes the titles in the Pharmacology and Veterinary Medicine respective collections. Reference Module in Biomedical Sciences: ISBN Title 9780080552323 xPharm: The Comprehensive Pharmacology Reference 9780123739605 International Encyclopedia of Public Health 9780123744104 Encyclopedia of Virology (Third Edition) 9780080468846 Comprehensive Toxicology (Second Edition) 9780123848857 Encyclopedia of Human Nutrition (Third Edition) 9780123786319 Encyclopedia of Biological Chemistry (Second Edition) 9780444536334 Comprehensive Biomedical Physics 9780123864550 Encyclopedia of Toxicology (Third Edition) 9780123864574 Pathobiology of Human Disease 9780080921525 Encyclopedia of Immunobiology 9780128037089 International Encyclopedia of Public Health (Second Edition) 9780128051542 Encyclopedia of Cardiovascular Research and Medicine 9780081006122 Comprehensive Toxicology (Third Edition) 2.1 For the above list, the contractor shall provide the following: a) An enterprise wide site license for 24/7 desktop web access via IP authentication. Unlimited users and downloads to subscribed titles. b) Furnish support for IP modifications and other technical issues pertaining to website/database. c) Supply usage statistics for subscribed material on a monthly basis via SUSHI d) Material must be full text, include photographs, images, tables, graphs, etc. e) The Government retains archive access to subscribed material, as stipulated in the Elsevier subscription agreement for ebooks procured. h) One (1) website database supplying right of entry. Customer service shall be available to troubleshoot website/connectivity issues via phone with a toll free number and email via web form or chat. 3. Delivery Access to the database shall be made available to the FDA beginning September 13th, 2018. The Vendor shall coordinate delivery with the Contracting Officer's Representative (COR) identified in Government Points of Contact section of this SOW. 4. Period of Performance Period of performance begins 9/14/2018-9/13/2019 for the annual subscriptions to Refworks with perpetual access to the other ebook collections beginning 9/13. 5. CONTRACT TYPE The contract type will be firm-fixed-price. vii) Shipping Address: Food and Drug Administration 10903 New Hampshire Ave Silver Spring, MD 20993 POC: To be Identified at Time of Award viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition with the following addenda to the provision. Period for Acceptance of Offers: The offeror agrees to hold the prices firm through September 30, 2018. ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), is applicable to this requirement. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal meets the specifications listed under v) and vi) 3 of this solicitation and is the lowest priced proposal received in response to this solicitation. Therefore, award will be made to offeror whose proposal is determined to be Lowest Price Technically Acceptable. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x) The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017), applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition with the following addenda: Invoice Submission: FDA Three-Way Match Invoicing Procedures A. The contractor shall submit all invoices to: U.S. FOOD AND DRUG ADMINISTRATION Attn: Vendor Payments Division of Payment Services 10903 New Hampshire Ave WO32 - Second Floor MAIL HUB 2145 Silver Spring, MD 20993-0002 301-827-3742 FDAVendorPaymentsTeam@fda.hhs.gov *** Acceptable methods of delivery include: E-mail (preferred) and Standard Mail. Provide a copy marked courtesy to the Program Office POC. The Program Office POC is (TBD) B. Invoices submitted under this contract must comply with the requirements set forth in FAR Clauses 52.232-25 (Prompt Payment) and 52.232-33 (Payment by Electronic Funds Transfer - System for Award Management) and/or other applicable FAR clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: (i) Name and address of the contractor; (ii) Invoice date and invoice number; (iii) Contract/Order number (including a reference to any base award for Indefinite-Delivery/Indefinite-Quantity Contracts or Blanket Purchase Agreements); (iv) Description, quantity, unit of measure, unit price, and extended price supplies delivered or services performed, including: (a) period of performance for which costs are claimed; (b) itemized travel costs, including origin and destination; (c) any other supporting information necessary to clarify questionable expenditures; (d) the contractor shall include the Contract Line Item/Funding line item for each description, quantity, unit of measure, unit price, and extended price supplies delivered or services performed; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading; (vi) Terms of any discount for prompt payment offered (Prompt Payment terms other than NET 30); (vii) Name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment) (viii) Name, title, and phone number of person to notify in event of defective invoice; (ix) Taxpayer Identification Number (TIN); (x) banking routing transit number of the financial institution receiving payment for Electronic funds transfer (EFT); (xi) Name and telephone number of the FDA Contracting Officer Representative (COR) or other Program Center/Office point of contact, as referenced on the award; (xii) For all Inspections, Time-and-Materials and Labor-Hour Awards, Contractor is required to attach an invoice log addendum to each invoice which shall include, at a minimum, the following information for contract administration and reconciliation purposes: (a) list of all invoices submitted to date under the subject award, including the following: (1) invoice number, amount, & date submitted (2) corresponding payment amount & date received (b) total amount of all payments received to date under the subject contract or order (c) and, for definitized contracts or orders only, total estimated amounts yet to be invoiced for the current, active period of performance; (xiii) Any other information or documentation required by the award. C. An electronic invoice is acceptable if submitted in adobe acrobat (PDF) format. All items listed in (i) through (xiii) of this clause must be included in the electronic invoice. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing. D. Questions regarding invoice payments should be directed to the FDA Payment Office at the e-mail address provided above in Section A. xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2018), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: • 52.222-21 Prohibition of Segregated Facilities (Apr 2015) • 52.222-26 Equal Opportunity (Sept 2016) (E.O. 11246) • 52.222-35 Equal Opportunity for Veterans (Jul 2015) (38 U.S.C. 4212) • 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) • 52.222-50 Combating Trafficking in Person (Mar 2015) • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) • 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332) xiii) Additional contract requirement(s) or terms and conditions FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.html By reference: • 352.239-73 Electronic Information and Technology Accessibility Notice (Dec 2015) In full text: • 342.239-74 Electronic Information and Technology Accessibility (Dec 2015) (a) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) supplies and services developed, acquired, or maintained under this contract or order must comply with the "Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. Information about Section 508 is available at http://www.hhs.gov/web/508. The complete text of Section 508 Final Provisions can be accessed at http://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-section-508-standards. (b) The Section 508 accessibility standards applicable to this contract or order are identified in the Statement of Work or Specification or Performance Work Statement. The contractor must provide any necessary updates to the submitted HHS Product Assessment Template(s) at the end of each contract or order exceeding the simplified acquisition threshold (see FAR 2.101) when the contract or order duration is one year or less. If it is determined by the Government that EIT supplies and services provided by the Contractor do not conform to the described accessibility standards in the contract, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its own expense. (c) The Section 508 accessibility standards applicable to this contract are: o 1194.E203 Access to Functionality o 1194.E205 Electronic Content o 1194.E208 Support Documentation and Services (d) In the event of a modification(s) to this contract or order, which adds new EIT supplies or services or revises the type of, or specifications for, supplies or services, the Contracting Officer may require that the contractor submit a completed HHS Section 508 Product Assessment Template and any other additional information necessary to assist the Government in determining that the EIT supplies or services conform to Section 508 accessibility standards. Instructions for documenting accessibility via the HHS Section 508 Product Assessment Template may be found under Section 508 policy on the HHS website: (http://www.hhs.gov/web/508). If it is determined by the Government that EIT supplies and services provided by the Contractor do not conform to the described accessibility standards in the contract, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its own expense. (e) If this is an Indefinite Delivery contract, a Blanket Purchase Agreement or a Basic Ordering Agreement, the task/delivery order requests that include EIT supplies or services will define the specifications and accessibility standards for the order. In those cases, the Contractor may be required to provide a completed HHS Section 508 Product Assessment Template and any other additional information necessary to assist the Government in determining that the EIT supplies or services conform to Section 508 accessibility standards. Instructions for documenting accessibility via the HHS Section 508 Product Assessment Template may be found at http://www.hhs.gov/web/508. If it is determined by the Government that EIT supplies and services provided by the Contractor do not conform to the described accessibility standards in the provided documentation, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its own expense. (End of clause) 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. xiv) All responsible sources may submit a quote, which if timely received, shall be considered. The quote shall reference solicitation number 18-223-SOL-00083. The quotes are due by email to the point of contact listed below on or before August 30, 2018 by 1:00 pm ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/18-223-SOL-00083/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 10903 New Hampshire Ave, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN05047148-W 20180822/180820231755-05b7997c10f82ceead194ca8880e4438 (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.