Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
SOLICITATION NOTICE

76 -- Unlimited Online Web Access to the Healthcare resource; Stat!Ref, brand name or equal to product

Notice Date
12/8/2010
 
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-11-1083112
 
Archive Date
1/4/2011
 
Point of Contact
Brendan McCarthy, Phone: 301-827-4680, Sherry Solodkova, Phone: 301-827-7165
 
E-Mail Address
Brendan.McCarthy@fda.hhs.gov, sherry.solodkova@fda.hhs.gov
(Brendan.McCarthy@fda.hhs.gov, sherry.solodkova@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
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 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-11-1083112. Provisions and clauses in effect through Federal Acquisition Circular 05-45 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. The NAICS code is 511120, Periodical Publishers. This procurement is being set-aside for small business concerns and all qualified small business vendors are encouraged to respond. The purpose of this procurement is to establish a contract that provides 24/7 online web access for five concurrent FDA users to the Healthcare reference resource; Stat!Ref (brand name or equal to product). The Period of Performance for this action is estimated as one, twelve month base period and two, twelve month optional periods. Products shall support the FDA Biosciences Library and researchers assigned to all sites within the agency. This interface will be hosted on contractors' server and accessible at FDA employees desktop. The U.S. Food and Drug Administration request proposal responses from all qualified small businesses capable of providing unlimited online web access to the Stat!Ref database (brand name or equal to) and the requested resources found within it. All requested resources are specified in this combined synopsis/solicitation. CLIN 0001- Unlimited online web access - Stat!Ref (brand name or equal to), Period of Performance: One, twelve month base period and two, twelve month option periods. Anticipated Period of Performance for base period: January 1, 2011 - December 31, 2011 Anticipated Period of Performance for option period one: January 1, 2012 - December 31, 2012 Anticipated Period of Performance for option period two: January 1, 2013 - December 31, 2013 If not brand name as specified above, the proposed product shall meet the following Salient Characteristics: 1. Product shall have the capability to provide a web search platform allowing for 24 hours a day/7 days a week unlimited web access for five concurrent FDA users base on IP authentication. 2. Product shall provide access to the following reference resources: AAFP's Conditions A to Z, ACP PIER and AHFS DI Essentials, AHFS Drug Information, APhA DrugInfoLine, Applied Biopharmaceuticals and Pharmacokinetics, Burket's Oral Medicine, Diagnosis and Treatment, Compounding Sterile Preparations, Detailed Drug Information for the Consumer, DSM IV-TR - Diagnostic and Statistical Manual, Handbook of Injectable Drugs, Holland-Frei Cancer Medicine 7, Hurst's The Heart, MedCalc 3000 Complete Edition, Merck Manual of Diagnosis and Therapy, Pharmacoepidemiology, Pharmacotherapeutics: A Primary Care Clinical Guide, Public Health and Preventative Medicine, Radiopharmaceuticals in Nuclear Pharmacy and Nuclear Pharmacy and Nuclear Medicine, Stedman's Dictionary, and Trissel's Stability of Compounded Formulations for five concurrent users. 3. Product shall provide users the ability to search selected resources with one query and one interface. 4. Product shall have a single access interface and allow for simultaneous searching. 5. Product shall be hosted on contractor's server via IP. 6. Vendor shall provide usage statistics on a monthly basis. The statistics shall include session counts, search counts, and total document retrievals per title. 7. Contractor shall provide one onsite training session or webinar to educate new users. This training session shall be scheduled by the FDA POC within 30 days after award is made. Contractor shall also provide online tutorials for new FDA users. 8. The vendor must be available to provide customer/technical service (i.e. website/connectivity issues) via telephone and email, Monday - Friday from 8am - 5pm Eastern Time (excluding Federal Holidays). 9. This requirement is subject to Section 508 compliance. Vendor proposals shall address how the proposed solution will comply with Section 508. The specific 508 Standards that apply to this procurement are - 1194.22 Web-based intranet and internet information and applications. 1194.41 Information, documentation, and support. **Note** If a plug-in or software is required for optimal use, vendor shall include specific requirements.** 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 is 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. 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 (June 2008), 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 (October 2010) FAR 52.212-4, Contract Terms and Conditions---Commercial Items (June 2010); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (October 2010). In compliance with said clause, the following FAR clauses apply: 52.219-6, Notice of Total Small Business Set-aside; 52.219-28, Post Award Small Business Program Representation; 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; 52.225-3, Buy American Act - Free Trade Agreements; 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 (April 1984) 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: 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the term of the Contract (MAR 2000) (End of clause) The contractor is requested to hold price quotations for a minimum of 45 days. 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 Brendan McCarthy at brendan.mccarthy@fda.hhs.gov. Proposals are due by 12:00pm Eastern Time on 20 DEC 2010. Any questions must be addressed to Brendan McCarthy, brendan.mccarthy@fda.hhs.gov/301-827-4680.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-11-1083112/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, White Oak Campus, Building 2, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02340868-W 20101210/101208234320-7d242bf9ddfa39a09772fa7a3d08c6e0 (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.