Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2003 FBO #0758
SOLICITATION NOTICE

76 -- Electronic Online Subscription and Site License to Elsevier Publications

Notice Date
12/23/2003
 
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
MDA905-04-R-8000
 
Response Due
12/30/2003
 
Archive Date
1/14/2004
 
Point of Contact
David Denton, Procurement Analyst, Phone 301-295-3094, Fax 301-295-1716,
 
E-Mail Address
ddenton@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), the DoD Medical School and Health Sciences University, Learning Resources Center (Library), Bethesda, MD intends to procure on a sole-source basis, for calendar year 2004 and up to two option years through 2006, an electronic subscription and site license for multiple Department of Defense sites (medical and research libraries) to numerous Elsevier electronic collections from Elsevier Sciences, New York, NY. Three specific collections are currently being procured, Science Direct Freedom Collection, the Science Direct Complete Collection and Cell Press. This is a follow on contract to our contract MDA905-03-C-0015 for calendar year 2003 subscription. Each of these collections is an electronic collection of journals allowing on-line retrieval of articles and journals. The Science Direct Freedom Collection consists of approximately 1700 electronic journals with access to these titles dating back to 1995. The site license to the Freedom Collection covers the USUHS and the Walter Reed Army Institute of Research. The Science Direct Complete Collection allows access to specifically requested titles currently carried in print by three (3) libraries of the U.S. Army Medical Research and Materiel Command (USAMRICD, USAISR and USAMRIID) and Portsmouth Naval Medical Center. The contract shall be firm-fixed price and the Government reserves the right to add subordinate libraries or collections as necessary. 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. This notice serves as a combined synopsis/solicitation for commercial items/services 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. The following contract line item numbers (CLIN?s) apply to this procurement: ? CLIN 0001 Base Year (1/1/2004 thru 12/31/2004), Electronic Subscription and site license for Elsevier Science Direct Freedom Collection; CLIN 0001AA Freedom Collection ?USUHS, 1 LOT; CLIN 0001AB Freedom Collection ? WRAIR, 1 LOT; CLIN 0001AC ? reserved; CLIN 0001AD ? Reserved; CLIN 0001AE ? Reserved; CLIN 0002 Base Year, Electronic Subscription and Site License for Science Direct Complete Collection; CLIN 002AA - Complete Collection ? USAMRMC, 1 LOT; CLIN 0002AB - Complete Collection- Portsmouth; CLIN 0002AC ? Reserved; CLIN 0002AD ? Reserved; CLIN 0002AE ? Reserved; CLIN 0003 ? Base Year, Electronic Subscription and Site License for Elsevier Cell Press; CLIN 0003AA Cell Press -USUHS, 1 LOT; CLIN 0003AB Cell Press - WRAIR, 1 LOT; CLIN 0003AC ? USAMRMC; CLIN 0003AD ? Reserved; CLIN 0003AE ? Reserved; CLIN 0004 - Reserved; CLIN 0005 ? Reserved. CLIN 0006 - Option 1, 2nd Year (1/1/2005 thru 12/31/2005), Electronic Subscription and site license for Elsevier Science Direct Freedom Collection; CLIN 0006AA Freedom Collection ?USUHS, 1 LOT; CLIN 0006AB Freedom Collection ? WRAIR, 1 LOT; CLIN 0006AC ? reserved; CLIN 0006AD ? Reserved; CLIN 0006AE ? Reserved; CLIN 0007 Option 1, 2nd Year (1/1/2005 thru 12/31/2005), Electronic Subscription and Site License for Science Direct Complete Collection; CLIN 007AA - Complete Collection ? USAMRMC, 1 LOT; CLIN 0007AB - Complete Collection- Portsmouth; CLIN 0007AC ? Reserved; CLIN 0007AD ? Reserved; CLIN 0007AE ? Reserved; CLIN 0008 ? Option 1, 2nd Year (1/1/2005 thru 12/31/2005) Electronic Subscription and Site License for Elsevier Cell Press; CLIN 0008AA Cell Press -USUHS, 1 LOT; CLIN 0008AB Cell Press - WRAIR, 1 LOT; CLIN 0008AC ? Cell Press - USAMRMC; CLIN 0008AD ? Reserved; CLIN 0008AE ? Reserved; CLIN 0009 - Reserved; CLIN 0010 ? Reserved. CLIN 00011, 3rd Year (1/1/2006 thru 12/31/2006), Electronic Subscription and site license for Elsevier Science Direct Freedom Collection; CLIN 0011AA Freedom Collection ?USUHS, 1 LOT; CLIN 0011AB Freedom Collection ? WRAIR, 1 LOT; CLIN 0011AC ? reserved; CLIN 0011AD ? Reserved; CLIN 0011AE ? Reserved; CLIN 0012, 3rd Year (1/1/2006 thru 12/31/2006), Electronic Subscription and Site License for Science Direct Complete Collection; CLIN 0012AA - Complete Collection ? USAMRMC, 1 LOT; CLIN 0012AB - Complete Collection- Portsmouth; CLIN 0012AC ? Reserved; CLIN 0012AD ? Reserved; CLIN 0012AE ? Reserved; CLIN 0013 ?3rd Year (1/1/2006 thru 12/31/2006) , Electronic Subscription and Site License for Elsevier Cell Press; CLIN 0013AA Cell Press -USUHS, 1 LOT; CLIN 0013AB Cell Press - WRAIR, 1 LOT; CLIN 0013AC ? USAMRMC; CLIN 0013AD ? Reserved; CLIN 0013AE ? Reserved; CLIN 0014 - Reserved; CLIN 0015 ? Reserved. The DELIVERABLES: Annual Science Direct site license and on-line subscription and access for 12-month period beginning 1 January through 31 December of each calendar year. 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 full-text articles in the required journals in all disciplines as well as other leading scientific publishers currently residing on the platform that both institutions currently subscribe to via multiple access options including IP domain verification and Bulk Ids and Passwords; (2) must be able to provide transactional on-line access to the approximate 1700 journals available, including those journals that are currently subscribed to by each institution and not included in the collection; (3) contractor must have copyright authority to all journals requested; (4) license rights must allow for on-line retrieval of journals and 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 journals; (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. The following is an 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: 30 December 2003, 12 Noon, 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.
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, MD
Zip Code: 20814-4799
Country: USA
 
Record
SN00495295-W 20031225/031223212728 (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.