Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2003 FBO #0569
SOLICITATION NOTICE

D -- Online Subscription Services for Medical Books, Journals and Other Publications from Ovid Technologies

Notice Date
6/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
MDA905-03-T-0249
 
Response Due
7/7/2003
 
Archive Date
7/22/2003
 
Point of Contact
Danny Price, Contracting Officer, Phone 301-295-3127, Fax 301-295-1716, - David Denton, Contract Officer, Phone 301-295-3068, Fax 301-295-1716,
 
E-Mail Address
dprice%40usuhs.mil, ddenton@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), the DoD Medical School and Health Sciences University, Learning Resources Center, Bethesda, MD intends to procure on a sole-source basis a site license for one base year and up to four option years for a medical information data retrieval system from Ovid Technologies of New York, NY. The electronic medical information data retrieval system is an authoritative, referenced, concise electronic medical information database which electronic access to books, journals, indexes and medical databases. The medical information database offers access to over 60 subscription journals and publications. The database is continually updated and easily accessible via the internet. Most of the journals are published by Lippincott and Williams and Wilkins and Ovid is the sole provider of site license subscriptions to Lippincott materials. The service is copyrighted and believed to be only available from Ovid Technologies. The services must provide Internet Access - this database must be available 24 hours a day, seven days a week on the internet in order to be consistently available throughout the world (to meet deployment needs of medical units) and across all medical environments. This requirement has been determined to be a sole source procurement, based on the authority at FAR 6.302-1 (10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1) Only One Responsible Source, which exempts this procurement from full and open competition. However, offers from other interested companies providing similar service will be considered. The DELIVERABLES: Annual electronic clinical database site license for 12-month period beginning 30 September 2003 through 29 September 2004 and up to four option years thereafter. FOB: Destination, within 30 days ARO. PACKING and SHIPPING: N/A. WARRANTY: A standard commercial warranty shall be provided for the software. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. FAR CLAUSES AND PROVISIONS: The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, with acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature and specifications for the proposed equipment and software, and the FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in their offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. EVALUATION FACTORS - The following evaluation criteria are included in paragraph (a) of that provision. The contractor must be able to meet the following technical criteria which will be evaluated to determine successful offeror: The acceptable contractor (1) must be able to provide unlimited on-line/electronic access to the database; (2) contractor must have copyright authority to all data on the database; (4) license rights must allow for on-line retrieval of database articles with copy capability; (5) provide specialized customer support and 24/7 technical support/help-desk; (6) provide up-to-date usage statistics including the most frequently requested pages and aticles; (7) must participate in a program designed to enhance the usage of the database throughout the user community; (8) must provide training to the user community at no additional cost to the government; (9) must allow an option for a unique remote access that allows usage via a personal PC at any location; (10) must offer functionalities including hypertext linking, an alerting function, desktop access for the entire user community, personal journal list, direct linking between bibliographic information and full text articles, (11) allow for both HTML and PDF display and print capabilities and user friendly searching and browsing options. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Evaluation of technical capability and ability to meet the evaluation factors will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing, descriptive literature, or other documentation, to show how the offered product or service meets or exceeds the requirements as specified in the Specifications. 2) PRICE: Price includes software licensing, warranty costs, discount terms. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government's evaluation team to make an adequate technical assessment of the quote as to meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.216-18 Ordering; 52.216-19 52.217-5, Evaluation of Options (JUL 1990); 52.217-6, Option for Increased Quantity; 52.217-8, Option to Extend the Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.232-36, Payment by Third Party; 52.239-1, Privacy or Security Safeguards (AUG 1996). Offer DUE date: 20 June 2003, 4:00 pm, EDT. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www.ccr.gov, or call the DOD Electronic Information Center at 1-800-334-3414.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USUHS/BethesdaMD/MDA905-03-T-0249/listing.html)
 
Place of Performance
Address: Learning Resources Center, USUHS, 4301 Jones Bridge Road, Bethesda, MD
Zip Code: 20814
Country: United States
 
Record
SN00352608-F 20030621/030620013053 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.