COMMERCE BUSINESS DAILY ISSUE OF JUNE 5, 2001 PSA #2865
SOLICITATIONS
D -- LEGISLATIVE DATABASE SERVICES
- Notice Date
- June 1, 2001
- Contracting Office
- Department of Health and Human Services, Center for Disease = Control and Prevention, Procurement and Grants Office (Atlanta), 2920 = Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2001-N-00096
- Response Due
- June 15, 2001
- Point of Contact
- Lenore Mickle, Contract Specialist, Phone (770)488-2606, Fax = (770)488-2670, Email LMickle@CDC.GOV
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS = PREPARED IN ACCORDANCE WITH THE FORMAT IN 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 solicitation, = 2001-N-00096, is issued as a Request for Proposal (RFP). The = solicitation document and incorporated provisions and clauses are those = in effect through Federal Acquisition Circular 97-27. This procurement = is unrestricted. The North American Industry Classification System = code (NAICS) is 514191. 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: Proposals are = requested for online electronic database information retrieval = services: a full range of Federal regulations, such as; US Code (USC), = Code of Federal Regulations (CFR), Congressional voting analysis, and = Update, which is a current awareness report service. Examples of type = files required to be accessed are; Washington Post, Bill Text, = Frontrunner, White House Bulletin, Congressional Record, hearing = transcripts, 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 and product support for their commercial items. Training: = CDC anticipates the Contractor will offer on-site demonstrations as = needed in the use of the services and databases at no additional cost = to the government at the onset of the agreement. The demonstrations = shall be provided to enable participants to effectively utilize the = services and databases to extract needed data and information. = Currently assigned bill groups, User ID's, and passwords shall be = determined at the discretion of CDC. Task Orders: The Contractor shall = perform work as described in individual task orders/delivery orders = issued by the Procurement and Grants Office (PGO). It is anticipated = that 4-12 individual task orders will be issued under the resultant = contract. Invoicing Requirements: Invoicing shall be tied to = individual task orders. A copy of the task-order-specific invoice = shall be submitted to each task monitor point of contact identified in = the approved task order. Period of Performance: The period of = performance of this contract is 60 months from the contract effective = date. The contract should be awarded for a period of 12 months with an = option for four 12-month (one-year) extensions. 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: 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. Each evaluation factor will be evaluated = separately (technical conformance, past performance, and price) as = follows: EVALUATION FACTORS. (a) Technical Conformance: Offers will = be evaluated on a pass/fail basis as to the conformance of the proposed = services with the minimum requirements/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. Risk assessment will be a subjective rating (high, = moderate, low) 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 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. 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 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. EVALUATION = FACTORS FOR AWARD: Award will be made to the offeror whose proposal = provides the greatest overall value to the Government. Technical = conformance combined with past performance are of approximately equal = value to price. 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. CONTRACT CLAUSES: = Offerors shall include a COMPLETED COPY OF THE PROVISION AT 52.212-3, = OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with your = proposal. The best way to complete this certification is to download = the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the = clause 52.212-3, Offeror Representations and Certifications, and fill = in the appropriate blanks. This certification must be sent in with = your proposal. 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-Commercials Items; = 52.203-6, Restrictions on Subcontractor Sales to the = Government-Alternate I; 52.216-24, Limitation of Government Liability; = 52.216-25, Contract Definitization; and, 52.225-13, Restrictions on = Certain Foreign Purchases. Proposals are due by 2:00pm, EST on June = 15, 2001. Facsimile proposals WILL be accepted, provided the proposal = contains all requested information, and a signed hard copy is also = provided via mail. Proposals shall be mailed to: Centers for Disease = Control and Prevention; Contracts Management Branch; Attn: Lenore = Mickle/IT Section, 2920 Brandywine Rd., Rm. 3214, Atlanta, GA 30341. = Facsimile proposals may be sent to: (770) 488-2670, Attn: Lenore = Mickle. The RFP number 2001-N-00096 shall be clearly marked on the = envelope and/or facsimile cover page. All responsible sources that can = meet the above requirements may submit a proposal, which will be = considered by the Agency.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/HHS/CDCP/PGOA/2001-N-00096/listing.html)
- Record
- Loren Data Corp. 20010605/DSOL013.HTM (D-152 SN50N7F7)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on June 1, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|