Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1997 PSA#1883

Centers 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 97-147(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 Federal regulations, such as U.S. Code (USC), Code of Federal Regulations (CFR) and Congressional voting analysis, and Update, which is a current awareness report service. Examples of specific files required to be accessed are: Washington Post, Bill Text, Statenet, Congressional Record, FNS Transcription, FNS Daybook, and Congressional Committees. The system shall operate with ordinary personal computer equipment (CDC property) through ordinary modem and telephone connections and be Internet accessible. 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 to CDC to enable participants to effectively utilize the databases 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 following award of contract. 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. Contractor shall offer the option of billing on a fee-for-use basis as well as a flat rate. 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, and 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: 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 five 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 companies. 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 requirements, (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 discounts, 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, and 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 Contracting 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 differences in the prices proposed. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability features. CONTRACTCLAUSES: 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# 0009 19970709\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page