Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

76 -- On-Line Subscription, Access and Site License to the Journals and Publications of the Nature Publishing Group

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
516110 — Internet Publishing and Broadcasting
 
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-8002
 
Response Due
6/1/2004
 
Archive Date
6/16/2004
 
Point of Contact
David Denton, Procurement Analyst, Phone 301-295-0670, Fax 301-295-1716, - Beverly Roberts, Contracting Officer, Phone 301-295-3868, Fax 301-295-1716,
 
E-Mail Address
ddenton@usuhs.mil, broberts@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), the DoD Medical School and Health Sciences University, Learning Resources Center (LRC and Library), Bethesda, MD intends to procure on a sole-source basis an electronic subscription and site license for multiple Department of Defense sites (medical and research libraries) to numerous journals and publications of the Nature Publishing Group, New York, NY. Two specific collections are currently being procured: the nature publications and the academic journals. The two specific collections contain approximately 50 various titles and include the following: The Nature Collection includes the following titles: Nature, Nature Research and Nature Reviews): NATURE - Nature; NATURE RESEARCH JOURNALS - Nature Biotechnology, Nature Cell Biology, Nature Genetics, Nature Immunology, Nature Materials, Nature Medicine, Nature Neuroscience, Nature Structural Molecular Biology; NATURE REVIEWS JOURNALS - Nature Reviews Cancer, Nature Reviews Drug Discovery, Nature Reviews Genetics, Nature Reviews Immunology, Nature Reviews Microbiology, Nature Reviews Molecular Cell Biology, Nature Reviews Neuroscience. The Nature Academic Journals Collection includes the following titles: NATURE ACADEMIC JOURNALS - Bone Marrow Transplantation, British Dental Journal, British Journal of Cancer, British Journal of Pharmacology, Cancer Gene Therapy, Cell Death and Differentiation; EMBO Reports - The Embo Journal, European Journal of Clinical Nutrition, European Journal of Human Genetics, Evidence-Based Dentistry, Eye, Gene Therapy, Genes and Immunity, Heredity, International Journal of Impotence Research, International Journal of Obesity, Journal of Exposure Analysis and Environmental Epidemiology, Journal of Human Hypertension, Journal of Perinatology, Laboratory Investigation Leukemia, Modern Pathology, Molecular Psychiatry, Neuropsychopharmacology, Oncogene, Prostate Cancer, Spinal Cord, The Hematology Journal, The Pharmacogenomics Journal. This is a follow on contract to our initial contract with Nature Publishing, MDA905-04-P-8006. This new contract will be a Requirements Type contract for a five-year period. The contract will include the FAR 52.216-5 Price Redetermination ? Prospective clause to allow the contractor to adjust prices on an annual basis prior to issuance of the annual delivery order due to the fluctuating prices in the publishing and on-line subscription industry. The contract will cover all publications offered by Nature Publishing and will allow for additional new publications (priced at comparable institutional rates) offered by Nature Publishing as they become available during the term of the contract. The exact titles ordered by each DoD library will be specified in the annual delivery order(s) issued for each library. Each of these collections is an electronic collection of journals allowing on-line retrieval of articles and journals. Terms of the contract will allow other DoD medical libraries to place delivery orders as required. 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 DELIVERABLES: Annual on-line subscription and site license and access for 12-month period beginning on the date of contract award. 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 all the journals available, including those journals that are currently subscribed to by each institution; (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 provide training to the user community at no additional cost to the government; (8) must allow an option for a unique remote access that allows usage via a personal PC at any location; (9) 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, (10) allow for both HTML and PDF display and print capabilities and user friendly searching and browsing options. If competitive offers are received, they will be evaluated against the following criteria. 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: 01 June 2004, 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.
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland
Zip Code: 20814-4799
Country: USA
 
Record
SN00592440-W 20040527/040525212755 (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.