|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1997 PSA#1882Centers for Disease Control and Prevention (CDC), Procurement & Grants
Office, Contracts & Purchases Branch, 255 East Paces Ferry Rd, N.E, Rm
419, Atlanta, GA 30305 D -- ELECTRONIC ON-LINE DATABASE RETRIEVAL SERVICES SOL 97-146(N) DUE
071597 POC Rebecca Strawbridge, Contract Specialist, (404) 842-6827
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in FAR 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. This synopsis/solicitation
number 97-146(N) is issued as a Request for Proposal. This solicitation
document incorporates provisions and clauses in effect through Federal
Acquisition Circular 90-46. This procurement is unrestricted. The
standard industrial classification code (SIC) is 7375. Small business
size standard: Average annual receipts for each of the three preceding
fiscal years do not exceed $18 Million. DESCRIPTION OF SERVICES TO BE
ACQUIRED: On-line electronic database information retrieval services
to assist in building and maintaining CDC's library collection,
management of resources, and to provide quality reference, training,
and user services. On-line retrieval services are required for a full
range of medical, legal, legislative, regulatory, company and
financial, public record, medical, legal, news and current affairs
information; to include, service for case law, administrative
decisions, statutes, regulations, law review, and specialty
publications; and also, service for national and international
newspapers and other publication that cover general news, business,
government, finance, politics, and technology. The following are
selected specific databases with a broad collection of bibliographic
and full-text databases in life sciences, including toxicology and
environmental health and news databases required to be accessed by the
government under this service: Agricola, AGRIS International,
Analytical Abstracts, BIOSIS Previews, Books in Print, Book Review
Index, CA Search: Chemical Abstracts, CAB Abstracts, Cendata, Chapman
& Hall Chemical Database, Chemical Business NewsBase CHEMTOX Online,
Conference Pagers Index, Current Contents Search, Dictionary of
Substances and Their Effect (DOSE), Dissertation Abstracts, El
Compendex, Energy Science and Technology, Energyline, Enviroline,
Environmental Bibliography, Extra Med, Federal Research in Progress,
Food Science and Technology Abstracts, Foodline: Food Science and
Technology, Gale Expanded Directory of Databases, GPO Monthly Catalog,
IAC Magazine Database,IAC Newsletter Database, Information Science
Abstracts, Inside Conferences, INSPEC, Kirk-Othmer Encyclopedia of
Chemical Technology, LISA (Library and Information Science Abstracts),
Material Safety Data Sheets -- OHS, MediConf: Medical Conferences and
Events, Occupational Safety and Health (NIOSHTIC) Pesticide Fact File,
Pollution Abstracts, Research Centers and Services Directory,
Scisearch: a Cited Reference Science Database, Sociological Abstracts,
UnCover, and Waternet, Wilson Applied Science and Technology
Abstracts. The system shall operate with ordinary personal computer
equipment (CDC property) through ordinary modem and telephone
connections and be Internetaccessible. Telephone connections are to be
made by toll-free numbers. CDC will not purchase any communication
software to provide system access nor will it purchase software
licensing to the system vendor. Any software updates shall be provided
by Contractor at no additional cost to the Government. The vendor
shall provide customer support services. Training in the use of the
databases shall be provided by Contractor to enable participants to
effectively utilize the database to extract needed data and
information. The number of User IDs and passwords shall be determined
at the discretion of CDC. CDC's current assigned User IDs and passwords
shall be maintained for use by CDC following award of contract. Task
Orders: The contractor shall perform work as described in individual
task orders/delivery orders issued by CDC. CDC estimates 5-9 individual
task orders will be issued under the contract. Contractor shall offer
the option of billing on a fee-for-use basis as well as a flat rate.
Invoice Requirements: Invoicing shall be tied to individual task
orders. The contract term shall be one year, with the option to extend
the term for four (4) successive one- (1) year periods. This will be
an Indefinite Delivery/Indefinite Quantity contract. The FAR provisions
52.212-1, Instructions to Offerors -- Commercial Items and FAR
52.212-2, Evaluation -- Commercial Items apply to this acquisition.
EVALUATION FACTORS AND INSTRUCTIONS TO OFFERORS: Each evaluation factor
will be evaluated separately (technical conformance, past performance,
price) as follows: (a) Technical Conformance: Offers will be evaluated
on a pass/fail basis as to the conformance of the proposed service with
the minimum specifications identified in the synopsis. The proposal
must include descriptions, specifications, product literature, etc.,
sufficient to substantiate that the services offered meets
requirements. The Government reserves the right to require validation
of proposed services and to obtain information for use in the
validation from any sources, including sources outside the Government.
(b) Past performance will be used as an evaluation factor in
determining the most advantageous offer to the Government. Offers will
be assigned a risk assessment based on information that CDC obtains
from the offeror's past performance information. In addition,
references other than those identified by the offeror may be contacted
by the Government and used in the evaluation of the offeror's past
performance. Risk assessment will be a subjective rating (high, low,
moderate) that will be used as a separate evaluation factor. Offerors
shall provide a list of the last ten contracts in-process and completed
during the past three years, which are similar in size and complexity
to this acquisition. Contracts listed may include those entered into by
the Federal Government, agencies of state and local Governments, and
commercial contractors. The following information is required for each
contract reference: (1) name and address of customer/client or
Government agency, (2) contract number, (3) contract type, (4) total
contract value, (5) description of requirement, (6) Contracting
Officer's name, address, and telephone number, and (7) Project
Officer's name, address, and telephone number. (c)Price will be
evaluated based on any discount, and separate fixed fee, and fee for
use/service access structures offered to the Government. Award shall be
made to the eligible, responsible offeror whose offer, conforming to
the solicitation, is determined most advantageous to the Government,
price and other factors considered. Technical conformance and past
performance, when combined, will be approximately equal to price. The
Government intends to evaluate proposals and award a contract without
discussions with offerors (except communications conducted for the
purpose of minor clarification). Therefore, initial offers should
contain the offeror's best terms from a price and technical standpoint.
The Government reserves the right to conduct discussions if later
determined by the Contraction Officer to be necessary. Award will be
made to the offeror whose proposal provides the greatest overall value
to the Government. EVALUATION FACTORS FOR AWARD: A cost/technical
trade-off analysis will be conducted such that business judgement will
be exercised in selecting the most advantageous alternative to the
Government, considering both the technical merit and price of
proposals. The determination of the greatest overall value will be made
by comparing the differences in the value of performance capability
factors for each value-added feature with the difference in the prices
proposed. The Government will not be make an award at a significantly
higher overall price to achieve only slightly superior performance
capability features. CONTRACT CLAUSES: Offerors are advised that FAR
provision 52.212-3, Offeror Representations and Certification --
Commercial Items applies to this acquisition. Offerors are to include
a completed copy of this provision. FAR provisions 52.212-4, Contract
Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items, 52.203-6, Restrictions on Subcontractor Sales to the
Government, 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity, 52.219-8, Utilization of Small, Small Disadvantaged and
Women-Owned Small Business Concerns, 52.222-26, Equal Opportunity (E.O.
11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam
Era Veterans (38 U.S.C. 4212) and 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era, 52.239-1
Privacy or Security Safeguards apply to this acquisition. Offers are
due July 15, 1997, 2:00 P.M. local time. Please submit offers to the
Centers for Disease Control and Prevention/PGO, Attn: Rebecca
Strawbridge, 255 East Paces Ferry Rd., NE, MS E01, Atlanta, GA 30305.
(0183) Loren Data Corp. http://www.ld.com (SYN# 0047 19970708\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|