Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOLICITATION NOTICE

76 -- STATREF online web access or equal - SOW

Notice Date
11/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511120 — Periodical Publishers
 
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-10-1067583
 
Archive Date
12/19/2009
 
Point of Contact
Matthew J. Erbe, Phone: 3018277169, Jose Bumbray,
 
E-Mail Address
matthew.erbe@fda.hhs.gov, Jose.Bumbray@fda.hhs.gov
(matthew.erbe@fda.hhs.gov, Jose.Bumbray@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW 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 synopsis is to notify contractors that the government intends to issue a Purchase Order on a brand name or equal basis in accordance with FAR Part 13 for the following, under simplified acquisition procedures. The Request for Proposal number is FDA-SOL-10-1067583. Provisions and clauses in effect through Federal Acquisition Circular 05-37 are incorporated into this request. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The provisions and clauses may be accessed in full text at www.acquisition.gov/far. This is a total 100% small business set-aside. The NAICS code is 511120 Periodical Publishers, with a small business size of 500 employees. All qualified small business vendors with that particular NAICS are encouraged to submit a proposal. The purpose of this procurement is to establish a contract for online web access to reference text in accordance with the attached Statement of Work for STATREF (brand name or equal) for a period of twelve (12) months. Products shall support the FDA Biosciences Library and researchers assigned to all sites within the agency to include tele-work. The U.S. Food and Drug Administration request proposal responses from qualified sources capable of providing unlimited online web access to STATREF (brand name or equal) as per the attached Statement of Work for the following: BASE YEAR CLIN 0001- Site license – STATREF online web access (brand name or equal), QTY: 1 YEAR Anticipated Period of Performance: January 1, 2010 – December 31, 2010 If not brand name as specified above, the proposed product shall meet the following Salient Characteristics in addition to the SOW: 1. The system shall support the FDA Biosciences Library and researchers assigned to all sites within the agency to include tele-work. 2. The vendor shall provide a central, Internet accessible system that allows FDA users at supported sites to access ASM Materials for Medical Devices Database(s) brand name or equal 24 hours per day, 7 days per week. This system shall be located at a non-Government site managed by the vendor. The vendor shall ensure each reference database on this system is updated frequently to maintain currency of information. Information on the IP address ranges to be included for this effort will be provided by the Government to the vendor following contract award. 3. The system shall provide search options to facilitate database searching and to increase relevance. Search "All Attributes" or "All Attributes or Meta Attributes" combined with the ability to select: table, material, specific grade, coating, drug, medical device, process, producer, reference or author. 4. The system shall permit the user to export materials properties to standard FEA design packages, screen materials by sets of multiple materials properties, create custom graphs and charts, and aggregate materials data by application - knees, hips, spines, valves, stents, pacemakers, catheters, etc. 5. The datasheets include linked records with the option to view. 6. The vendor shall provide 7x24 technical support to resolve user problems accessing and using all of the products provided under this contract. A toll-free telephone number and an e-mail address shall be provided for users to report problems and request assistance. 7. The vendor shall provide training materials (e.g., quick reference cards, training presentations, and instructional videos) to assist new users in learning how to use the reference database. 8. This requirement is subject to Section 508 compliance. Vendor proposals shall address how the proposed solution will comply with Section 508. Evaluation Factors for Award: The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award will be made on the basis of the lowest evaluated price meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). The Government intends to evaluate offers and award a contract without discussions. The offeror's initial offer should contain the offeror's best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the best interest of the Government; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Evaluation Factors for Award: Lowest price, Technically acceptable. Offerors shall price each CLIN. This is an all or nothing requirement, therefore, vendor shall provide a price for each requirement with the CLINs, otherwise your proposal will be determined to be substantially incomplete and not warrant any further consideration. The following factors shall be used to evaluate offers: 1. Technical Features Meeting/Exceeding Salient Requirements (Brand Name or Equal) 2. Total Price (all CLINs shall be priced) Proposal Instructions to Offerors: Offerors are required to submit their proposals in two separate volumes as follows: Volume I – Technical Volume II – Pricing Proposal The completion and submission of the above items will constitute an offer (proposal) and will indicate the offeror’s unconditional assent to the terms and conditions of this RFP and any attachments hereto. Alternate proposals are not authorized. Objections to any terms and conditions of the RFP will constitute deficiency, which may make the offer unacceptable. Volume I – Technical: This volume shall contain the Technical Approach. This portion of the proposal to include all data and information required for technical evaluation of brand name or equal product, and exclude any reference to the pricing aspects of each offer. If an equal product is proposed, offeror shall demonstrate how that product is equal to the brand name product. Offerors shall demonstrate in sufficient detail a technical approach that will successfully accomplish each of the requirements of the salient characteristics. For purposes of clarification for the Technical Evaluation Team, offerors are encouraged to provide trial access to their products to demonstrate how the requirements of the attached SOW are addressed and met. Volume II – Pricing: This volume shall include the complete pricing for one year. FAR Provisions & Clauses: FAR 52.203-6 ALT I, Restrictions on subcontractor Sales to the Government. FAR 52.211-6, Brand Name or Equal. FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) FAR 52.213-2, Invoices Offerors are reminded to include a completed copy of 52.212-3 ALT I with their response, or provide an affirmative response that the offeror is registered in ORCA and all information in ORCA is current and complete. All clauses shall be incorporated by reference or full text in the order. Additional contract terms and conditions applicable to this procurement: 52.217-9 Option to Extend the term of the Contract (End of clause) The contractor is requested to hold price quotations for a minimum of two (2) months. Other Administrative Instructions: Central Contractor Registration (CCR). In accordance with FAR 52.212-4, Offerors shall be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to Matt Erbe at matthew.erbe@fda.hhs.gov. Proposals are due by 1:00 pm Eastern Time on 04 DEC 2009. Any questions must be addressed to Matt Erbe, by email only. No phone calls, please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-10-1067583/listing.html)
 
Place of Performance
Address: FDA Biosciences Library, WO2, Room 3051, 10903 New Hampshire Ave, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02009922-W 20091125/091124000050-1194b5b791728dc69fa1c6706bc7e473 (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  © 1994-2020, Loren Data Corp.