Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOURCES SOUGHT

76 -- Serials Subscription Services

Notice Date
7/6/2009
 
Notice Type
Sources Sought
 
NAICS
424920 — Book, Periodical, and Newspaper Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
SS-09-1056804
 
Point of Contact
ZetherineGore , Phone: (301) 827-5093
 
E-Mail Address
zetherine.gore@fda.hhs.gov
(zetherine.gore@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SERIALS SUBSCRIPTION SERVICES “This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.” BACKGROUND The Food and Drug Administration’s (FDA) Biosciences Library requires serial subscription services to include qualified personnel, field management, facilities, equipment, supplies and financial resources to place new and renewal subscriptions to domestic and foreign serials, periodicals, newsletters, and full-text online resources in print and online formats. The services required will also include a range of related services, reports, 24-hour Internet access to the service provider’s online database, and troubleshooting with publishers. The FDA Biosciences Library (here and after known as FBSL) provides the Agency with research and information services. The FDA Main Library (here and after known as FBSL) is located at 10903 New Hampshire Ave. WO2 Room 3051, Silver Spring, MD. There are two branch libraries, the Center for Food Safety and Applied Nutrition Branch (CFSAN) in College Park, MD, and the National Center for Toxicological Research Branch in Jefferson, AR. The FBSL will place new or renewal orders for approximately 1,200 journal titles with approximately 20% of these in print only format. The titles remaining are in electronic full text format or electronic plus print combination titles. These titles are ordered from numerous publishers including some aggregated title lists, through a contractor. The electronic journals are maintained in a separate list. For selected titles/collections, FBSL submits publisher pricing as negotiated with the publishers to the serials contractor, who places the orders with the publishers. There will be delivery orders with a separate account for electronic journals and for the print at each ship-to location. There will be multiple ship-to-addresses managed by the FBSL. Separate renewals, reports and invoices will be required for each location. Reports customized for each location’s needs will be required. A consolidated title list and title lists specific to each location are required for collection development purposes. The CFSAN Branch, located in College Park, MD currently has 100 active serial subscriptions. The FBSL main library location at White Oak currently has 1,000 active serial subscriptions, some print only, some print and online, and some online only. The FBSL is heavily journal based rather than book ¬based because serials are the preferred format for publishing scientific research. For example, the FBSL renews about 1,200 journal titles (tracking more than 50,000 issues annually) for its collections. Also, the domestic to foreign title ratio for the renewal of journal subscriptions is about 95:5 (95% domestic, 5% foreign). The serials contractor receives invoices from publishers for electronic site license access as submitted by FBSL, and honors the price for site license access as agreed to and negotiated by FBSL with the publisher. The serials contractor pays the publisher invoices in a timely manner so that there are no lapses in access to electronic journals and online information or receipt of print journals. Enhanced journal management services available to the FBSL electronically via the Web are essential to managing the complexity of this consolidated collection. The serials Contractor must be able to provide such services for both domestic and foreign titles to FBSL via the web as: placing orders; processing claims; creating a searchable title list; building an electronic journal title list noting subscription start and end dates; e-journal licensing and registration tracking. In addition, pay-per-view article purchasing is needed to assist in document delivery. PURPOSE AND OBJECTIVE The purpose of this procurement is to acquire qualified personnel, facilities, equipment, and supplies for the placement of new and renewal subscriptions to single or multiple addresses for domestic and foreign serials and periodicals published in paper and other formats and for related services. The objective is to assure journal and other online information resource orders will be placed promptly and issues received promptly, and to have available to the FDA access to the latest scientific research and published reports of adverse effects so that it can carry out its mission of ensuring the safety and efficacy of the nation's drug, device, cosmetics and food supply. PROJECT REQUIREMENTS The Contractor shall be able to accept requests for publications no later than 15 days after contract award. Contractor must have ability to pay publishers in local currencies where required and will post current and accurate exchange rates for foreign publishers. An interface between the Contractor’s system and the FBSL’s automated system (s) for the purpose of electronic data interchange is required, and at a minimum, credit card payments must be acceptable. It is essential that electronic means are available to the FBSL to manage much of the subscription process, i.e. managing orders, invoicing, creating customized reports, registering and licensing for electronic journal access. Contractor shall provide standard EDI interface with the library’s integrated management and accounting system to expedite export and import of data to and from related database systems. The anticipated quantity of subscriptions to be ordered will vary between the FBSL library locations. Approximately 95% of the total subscriptions placed by the Agency will be renewal subscriptions. The Contractor must be able to provide subscription services to all subscriptions generally available via agents from foreign and domestic publishers, assuming sufficient publication information can be supplied by the ordering agency. The Contractor shall offer electronic claim services. FBSL will choose whether to use electronic claims and reports, or to communicate via email, or a combination transmitting claims to the Contractor electronically with periodic print reports for confirmation. Anticipated Period of Performance: The period of performance for this data will be for one (1) year with the option to purchase up to 4 additional years. CAPABILITY STATEMENT/INFORMATION SOUGHT Sources interested in this requirement must provide a statement of capabilities in sufficient detail to determine if the requirements of this notice can be met. The Government is requesting information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Respondents must provide DUNS number, organization name, address, point of contact, telephone, fax number, e-mail address, and size and type of business pursuant to the applicable NAICS code 424920. Responses should be provided electronically in Adobe PDF format and are restricted to a limit of ten (10) pages. Telephonic and facsimile responses will not be accepted. Responses to this notice must be received by Monday, July 13, 2009 at 3:00 p.m. local time. DISCLAIMER AND IMPORTANT NOTES This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/SS-09-1056804/listing.html)
 
Record
SN01866216-W 20090708/090707000007-4513302785b70fb8cd1bddcbc21bbaab (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.