Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

99 -- JOURNAL INDEXING SERVICE

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511140 — Directory and Mailing List Publishers
 
Contracting Office
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-T-10-0219
 
Response Due
5/12/2010
 
Archive Date
7/11/2010
 
Point of Contact
Chanel D. Williams, 410-278-0771
 
E-Mail Address
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(chanel.d.williams@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. The combined synopsis/ solicitation number is W91ZLK-10-T-0219. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-37. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The associated North American Industrial Classification System (NAICS) code for this procurement is 511140 with a small business size standard of 500 employees. This is not a small business set-aside. The U.S. Army RDECOM Contracting Center, Installation Contracting Division 4118 Susquehanna Ave., Aberdeen Proving Ground, MD 21005, intends to purchase the following journal indexing web-based service via a firm fixed priced purchase order. Required Specification: JOURNAL INDEXING SERVICE a)Index must cover a broad range of disciplines including chemistry, mathematics, physics, medical and life sciences, biological sciences, engineering, environmental science, materials science, computer and information science, and agriculture. b)Index must cover journals back to at least 1900 and that coverage should include all cited references. All indexed articles should include all references back to at least 1900. c)Index must cover conference proceedings back to at least 1990 d)Index must provide access to the Thompson Reuters Journal Impact factor. This is copyrighted and proprietary to Thomson Reuters and must be obtained from Thomas Reuters. e)Index must provide imbedded citation management in Microsoft Word through a program, such as Endnote or equal. This extends beyond simply exporting references to other programs, and rather requires that the bibliographic management software be a component of the index. f)Index must allow for the location of all articles, across all disciplines, which have cited references in common g)Index must provide a web link to all the papers that have cited it, and those which it has cited h)Index must continually provide alerts to the user in regards to new papers that are related to a specific research area or cited references i)Index must provide access to MEDLINE and BIOSIS j)Index must be completely web based and provide access to all Edgewood Chemical Biological Centers (ECBC) computers simultaneously and not be limited to a specific number of users at one time or a specific number of licenses k)Index must provide citation reports that provide statistical data on the number and frequency of publications by a particular person, university, laboratory, research center, or geographic region. The provided data should be sort able by subject area, author, geographic region, university, laboratory, research center, and number of publications. l)Index must search and provide access to more than simply the journals of one publisher. Indexing products of publishers indexing exclusively their journals will not be considered. m)The index is required to allow user rights in perpetuity after contract award n)Required periods of performance: 1.01 June 2010 31 May 2011 2.01 June 2011 31 May 2012 3.01 June 2012 31 May 2013 Additional Information: 1.Procedures under Federal Acquisition Regulations, Subpart 13.5 -Test Program for Certain Commercial Items are applicable to this RFQ. The Government will evaluate quotes and make a selection based on the lowest priced, technically acceptable quotation meeting the specified salient characteristics. The offeror will include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Government is not responsible for locating or obtaining any information not identified in the offer. 2.In accordance with FAR 52.212-2(b) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 3.Offeror's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their quotes. 4.Offeror's shall submit a firm fixed proposal to include pricing the base period for two option years and the database implementation process in the quote for evaluation. This procurement will be made for the lowest price technically acceptable quote. 5.Acceptance shall be at destination, Shipping shall be FOB Destination to: Edgewood CML BIOL W91B94 BLDG E3835 (Edgewood Area) Aberdeen Proving Ground, MD 21010-5424 The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.211-6 Brand Name or Equal 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Capek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by May 12th, 2010 at 2:00 p.m. Eastern Day Light Time (EDT) via fax at 410-278-2407 or email to chanel.d.williams@us.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, and Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Chanel D. Williams, Contract Specialist, via email at chanel.d.williams@us.army.mil. Please provide any questions no later than May 5th, 2010, at 2:00 p.m. Eastern Daylight Time (EDT). NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/961f3815c6ea17b070f997cb661b5b8e)
 
Place of Performance
Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02135090-W 20100430/100428235519-961f3815c6ea17b070f997cb661b5b8e (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.