Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
SOLICITATION NOTICE

76 -- Nature Publishing Journals

Notice Date
9/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Acquisition Branch (MD), 5601 Sunnyside Avenue, Building 3, Mailstop: 5116, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
04-3K06-618
 
Response Due
9/23/2004
 
Archive Date
10/8/2004
 
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 (number RFP 04-3K06-615) is hereby issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. This solicitation is being issued as unrestricted. The applicable NAICS code and size standard for this application is 511120. All responsible sources may submit a proposal which shall be considered by the agency. BACKGROUND INFORMATION-The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), National Agricultural Library (NAL) requires electronic access via the internet for all USDA users to Nature Products. OVERALL REQUIREMENTS-1) Task 1 - The contractor shall provide electronic access via the internet for all USDA users to yearly content of Nature Publishing titles in accordance with section "TITLES LIST". 2) Task 2 - Additional Requirements: a) The contractor shall warrant that it retains the copyright to the above titles. b) The contractor shall grant Perpetual Data Rights to the above titles. c) Upon demand, the publisher shall provide post-subscription period access to subscribed-to content published within the subscription period for USDA's Authorized Users, either from the publisher's server or via a third party (in the event the title is no longer carried by the current publisher), or via vendor-supplied, electronic files in a mutually agreeable format provided that USDA continues to observe its obligations with respect to security and restrictions on usage. TITLES LIST-Base Year - The contractor shall provide content for the following titles in accordance with section "OVERAL REQUIREMENTS": Nature Research Journals: Item 001 - Biotechnology, Item 002 - Cell Biology, Item 003 - Genetics, Item 004 - Immunology, Item 005 - Medicine, Item 006 - Neuroscience, Item 007 - Structural Biology, Item 008 - Materials; Nature Review Journals: Item 009 - Cancer, Item 010 - Genetics, Item 011 - Immunology, Item 012 - Molecular Cell Biology, Item 013 - Neuroscience, Item 014 - Drug Discovery, Item 015 - Microbiology; Nature Academic Journals: Item 016 - Cell and Death Differentiation, Item 017 - Embo and Embo Reports, Item 018 - European Journal Clinical Nutrition, Item 019 - European Journal of Human Genetics, Item 020 - Genes and Immunity, Item 021 - Heredity, Item 022 - International Journal of Exposure Analysis & Environmental Epidemiology, Item 023 - International Journal of Obesity, Item 024 - The Hematology Journal, Item 025 - The Pharmacogenomics Journal. (For an electronic version of the titles list, please contact Heather Scanio, Contract Specialist by email at hscanio@ars.usda.gov.) FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2004) shall apply to this solicitation with the following addenda: a) Offer Submission and Due Date - Offers are due by 1:00pm E.S.T., Thursday, September 23, 2004 and shall be delivered by email to hscanio@ars.usda.gov, fax to 301-504-1717, or postal service to USDA/ARS/AFM/APD, ATTN: Heather Scanio 5601 Sunnyside Ave., Beltsville, MD 20705-5116. b) Additional Information - please contact Heather Scanio, Contract Specialist at 301-504-1731. c) FAR 52.233-2 Service of Protest (Aug 1996) shall apply to this solicitation, with the following POC: Dennis Foley, Contracting Officer, USDA/ARS/AFM/APD/AB, 5601 Sunnyside Ave., Beltsville, MD 20705-5116. d) SPECIAL INSTRUCTIONS - a) The contractor shall propose a price that is Firm-Fixed Price for the deliverables based on the titles list found in section "TITLES LIST", and section "OVERALL REQUIREMENTS". The contractor shall propose a percentage discount off of commercial pricing for Option Years I through IV. b) The contractor shall provide a list of projects similar in scope and magnitude to the work required under this Request for Proposal which the offeror has completed during the past 3 years. For each project include: (1) Name of the project, (2) Description of the work, (3) Contract Number, date, and type, (4) Name and address of the acquiring Government agency or commercial customers, (5) Initial contract amount and final contract amount, (6) Any problems encountered in performance of the work and corrective action(s) taken, and (7) Name(s) and telephone number(s) of references from the acquiring agency or customer who may be contacted for further information. FAR 52.212-2 EVALUTATION - COMMERCIAL ITEMS (JAN 1999) shall apply to this solicitation with the following factors used to evaluate offers: a)(1) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Acceptability, Past Performance, and Price. a)(2) In order for the proposal to be considered technically acceptable, the following requirements must be met (i) It must meet or exceed the minimum specifications according to sections "OVERALL REQUIREMENTS" and "TITLES LIST", (ii) The Government will evaluate past performance using the information provided, reports from the points of contact contacted, and other sources. In determining the rating for the past performance, the Government will give greater consideration to the contracts which are most relevant to the SOW and ratings must be "satisfactory" or higher. An offeror failing to provide past performance information, or asserting that it has no relevant, directly related, or similar past performance will receive a neutral rating. a)(3) Technical and past performance, when combined, are more important than price. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUNE 2003); Offerors shall include a signed and completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (June 2003) with their offer. A copy of this provision is available at www.arnet.gov/far. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2003) shall apply to this solicitation with the following addenda: a) Price Schedule - The contractor shall provide the NAL content of Blackwells Science Journals titles in accordance with sections "OVERALL REQUIREMENTS" and "TITLES LIST". Prices shall be proposed based on letter "d), Special Instruction" of FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. b) AGAR 452.211-74 Period of Performance (Feb 1998) - The period of performance for the base contract is: September 27, 2004 through September 26, 2005. The option year(s) period of performance (if exercised) are: Option I - 9/27/05 through 9/26/06, Option II - 9/27/06 through 9/26/07, Option III - 9/27/07 through 9/26/08, Option IV - 9/27/08 through 09/26/09. c) Ordering Procedures - Upon Receipt of a Government requirement, and prior to shipment of any deliverables, the contractor shall submit to the Contract Administrator a price proposal using their commercial rates and any discounts previously negotiated under letter "a)" of this section. Contracting Officer approval is required and a delivery order must be executed prior to shipment of any deliverables. d) FAR 52.216-18 Ordering (Oct 1995) with the following ordering-issuing dates: September 27, 2004 through September 26, 2005. e) FAR 52.216-19 Order Limitations (Oct 1995) with the following values inserted: minimum order - $2,500, maximum order (1)- $100,000, (2) - $100,000, (3) within 2 days. f) FAR 52.216-22 Indefinite Quantity (Oct 1995) - ...the Contractor shall not be required to make any deliveries under this contract after the period of performance. g) AGAR 452.247-70 Delivery Location (Feb 1988) - Shipment of deliverable items shall be to: USDA/ARS/NAL/TSD, 10301 Baltimore Blvd., Room 002, Beltsville, MD 20705-2351. h) Invoicing - in accordance with FAR 52.212-4(g)(1), the Contractor shall submit an original invoice and 3 copies to the following Government address: ATTN: Heather Scanio, Contract Specialist, USDA/ARS/AFM/APD/AB, 5601 Sunnyside Ave., Beltsville, MD 20705-5116. i) Contract Administration - The Contracting Officer is the only person authorized to approve any changes in the scope of work of this contract. The authority remains solely with the Contracting Officer. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made WITHOUT authority and NO adjustment will be made in the contract price to cover any INCREASE incurred as a result thereof. Contracting Officer - Dennis Foley, USDA/ARS/AFM/APD/AB, 5601 Sunnyside Ave., Beltsville, MD 20705-5116; Contract and Delivery Order Administrator - Heather Scanio, USDA/ARS/AFM/APD/AB, 5601 Sunnyside Ave., Beltsville, MD 20705-5116; Contracting Officer's Representative (COR) - Name to be inserted at time of award. j) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) with the following dates: ...written notice to the Contractor within 30 calendar days, ...preliminary written notice of its intent to extend at least 60 days before the contract expires, ...shall not exceed 5 years. l) Additional Provisions and Clauses - The following FAR provisions and clauses apply to this solicitation: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Apr 1991), FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (June 2003), 52.204-7 Central Contractor Registration (Oct 2003), FAR 52.239-1 Privacy or Security Safeguards (Aug 1996), FAR 52.244-6 Subcontracts for Commercial Items (Apr 2003), FAR 52.247-34 F.O.B. Destination (Nov 1991). FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUNE 2004) applies to this acquisition with the following applicable clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-8 Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3), FAR 52.222-3 Convict Labor (June 2003)(E.O. 11755), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), FAR 52.225-1 Buy American Act - Supplies (June 2003)(41 U.S.C. 10a-10d), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003)(E.o.s. proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). OFFER DUE DATE, TIME, AND PLACE - Offers are due by 1:00pm, Thursday, September 23, 2004 and may be received by email to hscanio@ars.usda.gov, fax at 301-504-1717, or postal service to USDA/ARS/AFM/APD/AB, ATTN: Heather Scanio, Beltsville, MD 20705-5116. ADDITIONAL INFORMATION - For additional information, or to obtain an electronic copy of the titles list, please contact Heather Scanio, Contract Specialist by phone at 301-504-1731, or by email at hscanio@ars.usda.gov.
 
Place of Performance
Address: USDA/ARS/NAL/TSD, 10301 Baltimore Blvd., Room 002, Beltsville, MD, ,
Zip Code: 20705
Country: USA
 
Record
SN00674756-W 20040918/040917083702 (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.