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