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
SOLICITATION NOTICE

D -- Enterprise Site License to PharmaPendium

Notice Date
7/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
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
FDA-SOL-09-1058386
 
Archive Date
7/31/2009
 
Point of Contact
Brendan McCarthy, Phone: 3018274680, Jody L. O'Kash,
 
E-Mail Address
Brendan.McCarthy@fda.hhs.gov, Jody.O'Kash@fda.hhs.gov
(Brendan.McCarthy@fda.hhs.gov, Jody.O'Kash@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOLICITATION-09-1058386 and is being issued as a "Brand Name or Equal To" Request for Quotation (RFQ). (iii) This solicitation and incorporated provisions are those in effect through Federal Acquisition Circular 2005-33. (iv) The NAICS code is 517919 and the small business size standard is $25M. The Government intends to issue a fixed price purchase order for a base plus four option years and reserves the right to issue an award without discussions. (v) & (vi): GENERAL REQUIREMENTS: The U.S. Food and Drug Administration (FDA) Biosciences Library requires an enterprise online site-license to Elsevier’s PharmaPendium or "EQUAL TO." PharmaPendium is an essential drug resource that provides single access to preclinical, clinical, and post- marketing drug safety data and text searchable access to FDA Approval packages (Summary Basis of Approval). This resource includes access to European Medicines Agency (EMEA) drug approval packages. The European Medicines Agency (EMEA) is a European agency for the evaluation of medicinal products. The majority of genuinely novel medicines for the EU market are authorized through the EMEA. With the addition of the new EMEA database, PharmaPendium becomes the first and only product that enables researchers to search across FDA and EMEA drug approval documents simultaneously. Includes the ever-expanding access to PharmaPendium backfiles containing older drugs’ FDA approval packages (FDA Classic Collection). This collection includes all FDA drug approval documents on all drugs from 1992 back to the first approval files. online resources. SPECIFIC REQUIREMENTS The resources shall include the following or "equal to": •Enterprise wide access to PharmaPendium or equal. •Text searchable FDA Approval Packages (or Summary for Basis of Approvals) along with the Backfiles •Customers are able to text-search, find, view, and compare FDA and EMEA content at the same time in one single search. •FDA Adverse Event Reporting System (AERS) which is a computerized information database designed to support the FDA's post-marketing safety surveillance program for all approved drug and therapeutic biologic products. The FDA uses AERS to monitor for new adverse events and medication errors that might occur with these marketed products. •Drug monographs from Mosby’s Drug Consult® •Meyler’s Side Effect of Drugs •Preclinical and clinical data manually extracted from: oFDA Approval Packages oDrug monographs oMeyler’s Side Effect of Drugs •Toxicity (RTECS) data for approved drugs extracted from the literature •Metabolite data for approved drugs extracted from the literature •Drug-target associations •EMEA Database shall include the EMEA drug approval packages and manually extracted preclinical toxicity and clinical adverse effect data from these packages. (vii)PERIOD OF PERFORMANCE: Our current contract with Elsevier Information Systems expires on 9/15/09. The period of performance for new contract is expected to commence on the following date. BASE PERIOD : 09/16/2009 – 09/15/2010 OPTION PERIOD 1: 09/16/2010 – 09/15/2011 OPTION PERIOD 2: 09/16/2011 – 09/15/2012 OPTION PERIOD 3: 09/16/2012 - 09/15/2013 OPTION PERIOD 4: 09/16/2013 - 09/15/2014 HOURS OF OPERATION: •The contractor is expected to troubleshoot access as needed, but it will not be necessary to respond during non-operational hours (Monday – Friday 9am-5pm Eastern Time). •The Interface is hosted on the contractor's server and accessible at the researcher's desktop 24/7. DELIVERABLES: •An enterprise-wide site license to PharmaPendium or equal (Vendor hosted site providing Agency wide unlimited access via IP address). •If a plug-in, additional software or recommended software is required for optimal use, please include specific requirements. Contractor will address any questions or problems encountered when using this product with supported software or hardware. •The contractor shall provide usage statistics on a monthly basis. The format of the usage statistics is provided either via email or contractor provided login and shall include session count, search count and # of searches conducted in each database. •Contractor shall provide online tutorials. (viii) The provision at FAR 52.212-1 titled, "Instructions to Offerors –Commercial" (JUN 2008), applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. (ix) The provision at FAR 52.212-2, titled, "Evaluation of Commercial Items" (JAN 1999), is applicable to this acquisition. The following factors shall be used to evaluate quotes and are listed in descending order of importance: TECHNICAL UNDERSTANDING: To determine technical merit, each quotation will be evaluated against the requirements listed in this solicitation. All vendors offering an "Equal To" product must provide supporting documentation that their product can meet the requirements listed in this solicitation. 1) The proposals will be graded subjectively with final scores of, “Acceptable”, or “Unacceptable”. A score of “Acceptable” would mean that the proposed product fully met the requirements. An “Unacceptable” score means that the offer will not be considered for award. PAST PERFORMANCE: Vendors should provide two references of similar efforts performed during the last three years. This will include a description of the project, project title, contract number, contract amount, client identification including agency or company name, contracting and technical reviewing official name(s), address and telephone number. The government is seeking to determine whether an offeror has consistently demonstrated a strong commitment to customer satisfaction and high performance of services. This is a matter of judgment. The government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror’s likelihood of success in performing the acquisition requirements as indicated by that offeror’s past performance record. Rating of positive, neutral, and poor will be given. A positive past performance will take precedence over neutral or poor past performance. Neutral past performance takes precedence over poor past performance. A contractor with no past performance will be given a score of neutral, which will neither be used to the advantage nor disadvantage of the offeror. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror’s likelihood of success in performing the acquisition requirements as indicated by that offeror’s record of past performance. PRICE: The Government will evaluate proposed prices for a base period plus four options. Price is of less importance than technical capabilities and past performance combined. Award will not be automatically made on the basis of the highest technical merit. However price may become an important factor as the degree of equality between technical proposals becomes closer. FAR Provision 52.217-5, Evaluation of Options (Jul 1990) applies to this procurement. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (x) Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (JUN 2009). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor’s online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), applies to this acquisition. (xii) The clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2009), applies to this acquisition as well as the following clauses cited therein: The technical standards applicable to this requirement are: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). 52.225-5, Trade Agreements (Jun 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). Section 508 of the Rehabilitation Act of 1973 (29 U.S.C 794d), as amended by P.L. Section 508 Compliance Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies to purchase electronic and information technologies (EIT) that meet specific accessibility standards. This law helps to ensure that federal employees with disabilities have access to, and use of, the information and data they need to do their jobs. Furthermore, this law ensures that members of the public with disabilities have the ability to access government information and services. 52.217-8 -- Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to the contract expiration date. 52.217-9 -- Option to Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor anytime prior to the contract expiration date. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 (months). The Contractor shall identify via a submission of a voluntary product accessibility template (VPAT) all EIT products and services proposed, identify the technical standards applicable to all products and services proposed and state the degree of compliance with the applicable standards. Additionally, the Contractor must clearly indicate where the information pertaining to Section 508 compliance can be found (e.g., Vendor’s or other exact web page location). The Contractor must ensure that the list is easily accessible by typical users beginning at time of award. The Contractor must ensure that all EIT products and services proposed that are less than fully compliant, are offered pursuant to extensive market research, which ensures that they are the most compliant products available to satisfy the contract’s requirements. If any such EIT product or service proposed is not fully compliant with all of the standards, the Contractor shall specify each specific standard that is not met; provide a detailed description as to how the EIT product or service does not comply with the identified standard(s); and shall also indicate the degree of compliance. The following standards are applicable to this requirement. §1194.22 Web-based Intranet and Internet Information and Applications §1194.41 Information, documentation, and support (xiv & xv) N/A (xvi & xvii) All questions must be submitted in writing to Brendan.McCarthy@fda.hhs.gov no later than Monday, July 13, 2009 3pm ET. Answers to all questions will be posted as an amendment to the solicitation. Price Quotes, Technical proposals, past performance references and VPAT may be submitted electronically at Brendan.McCarthy@fda.hhs.gov no later than Thursday, July 16, 2009 at 5pm ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-09-1058386/listing.html)
 
Place of Performance
Address: Contractor site, United States
 
Record
SN01866580-W 20090708/090707000621-b8ce220dfe1d857d4a7f4377fc6f12d7 (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.