Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

70 -- Federated Search Subscription

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N6264511T0035
 
Response Due
8/15/2011
 
Archive Date
8/30/2011
 
Point of Contact
Courtney Piar 301-619-7467
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This acquisition is being conducted under FAR 13.5, Test Program Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is N62645-11-T-0035. The solicitation is issued as Request for Quotes (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 519130, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a quote. The Naval Medical Logistics Command requests responses from qualified sources capable of providing a Federated Search Subscription: CLIN0001- Federated Search Subscription- Base Year (12 months) FFP Annual Subcription: FOB: Destination MILSTRIP: N6890111RCW0028 PURCHASE REQUEST NUMBER: N6890111RCW0028 CLIN0002- Federated Search Subscription- Option Year 1 (12 months) FFP Annual Subcription: FOB: Destination CLIN0003- Federated Search Subscription- Option Year 2 (12 months) FFP Annual Subcription: FOB: Destination TOTAL PROPOSED PRICE FOR CLINS (0001-0003): ____________ PERFORMANCE WORK STATEMENT 1.0 Background Navy Medicine subscribes to a number of commercial databases. These disparate holdings are found across the Navy Medicine enterprise. End users shall search each database separately to find pertinent current information on treatment and diagnosis. The Navy Medical Library Consortium has determined the requirements for a Federated Search Capability. Approved in October 2009, these requirements form the functional requirements for this PWS. 2.0 Scope 2.1 To provide Navy health care professionals access to all the databases licensed by Navy Medicine through a single integrated delivery system. This reference applies to all health care professionals in the Navy Medicine enterprise: including those who provide support at medical treatment facilities, personnel involved in contingency and humanitarian missions, Navy afloat personnel, and Marine Corps personnel. 2.2 The Navy health care professionals depend on online resources to support evidence-based, quality patient care worldwide. Online resources include evidence-based: journal literature, reviews, controlled trials, health technology assessments and e-books. This collection of databases contains over 7,000 full text journal titles and 200 full text e-books. Navy health care professionals require access to the literature 24/7 from their home or designated work location. 2.3 Navy Medicine requires the capability to search all licensed databases through one interface and the ability to control access to information based upon end user work location. 3.0 Objective Provide Navy Medicine health care professionals an online A-Z list of Navy Medicine Journals. This list forms the foundation of access to licensed online full text using OpenURL Link Resolver and single federated search system. The A-Z list integrates the print journal holdings of Navy medical libraries so that healthcare professionals can request any available article, facilitating interlibrary loan. This technology enables access to the enterprise Navy Medical Electronic Library holdings and provides similar but separate capabilities for each of the unique Navy medical library collections currently located at NMC Portsmouth, NNMC Bethesda, NMC San Diego and NH Bremerton. It also provides the ability to add additional collections as required. 4.0 Period of Performance The base period of this contract shall be twelve months, with two (2) twelve month option periods. 5. 0 Specific Requirements 5.1 Architecture. The vendor shall provide integrated list that includes and incorporates all of Navy Medicine holdings, an online A-Z list of e-books, online journals and print journal holdings of Navy Medicine. The vendor shall provide an Open URL link resolver that integrates all Navy Medicine licensed databases, thus allowing patrons to search resources from a single Web-Based interface and the ability to retrieve e-content from the Navy Medicine Electronic Library holdings and those unique holdings at Bethesda, Portsmouth, Balboa, and Bremerton. The vendor shall provide a federated search product that makes finding results by the end user a single step process. The vendor shall provide simultaneous user access via internet/world wide web to a federated search product. The vendor shall ensure Microsoft s Internet Explorer enables authorized users to search the database. The vendor shall provide 24/7 website access and availability to authorized users The A Z list, the Federated Search and the Link Resolver shall allow access via MyAthens (Single Sign On software product) credentials and by IP authentication. IP-based authentication shall be granted for all Navy Medicine enterprise duty locations. The government will supply a list of IP ranges for Navy Medicine enterprise duty locations. As IP ranges are changed, an updated list will be provided, and the vendor shall enable access from the new IP ranges within 24 hours. Authentication via MyAthens shall be automatic; the MyAthens token shall persist within the Open URL Resolver and the federated search results to authenticate access to the journal article level wherever possible. Authentication shall distinguish between access via MyAthens token or IP address and use IP address preferentially to ensure optimal functionality. The vendor shall provide a client interface for account administration which requires training of less than three (3) hours by library staff. The vendor shall provide full support of the requested products. The vendor shall maintain an up-to-date authority database of e-books and e-journals that keep content data required by the A-Z list link resolver and federated search product accurate. The vendor shall provide tools to facilitate analysis of enterprise holdings for redundancy (purchasing the same titles in different data bases) and to facilitate decision making for future enterprise purchases The vendor shall provide seamless access for end users, as authorized, to all of the Navy Medicine databases through the federated search product and OpenURL Link Resolver. The vendor shall provide the ability to add additional holdings above those already in place within the Navy Medicine Electronic Library (NNMC Bethesda, NH Portsmouth, NH Balboa and NH Bremerton). 5.2 Support 5.2.1 The vendor shall provide: Administrative module access for authorized users. Help/support service which will operate daily during normal business hours (0800 1700 EST), except on public holidays where alternate arrangements will be made and publicized. The vendor shall provide a central contact point where problems and issues are supported by technicians during their normal working hours. Response to assigned faults in accordance with the perceived importance of the reported situation. All faults shall be responded to within 24 hours. Contractor maintenance shall be performed after business hours (0800 1700 EST) daily or on weekends. The vendor shall provide a customer technical support point of contact for assistance with technical problems accessing the site within 15 days of award. Contact may be asynchronous (e.g., website submission or e-mail). The contractor shall provide 30 days prior notice of accessibility unavailability resultant from upgrade or other electronic maintenance requirements. Notice shall be provided by telephone or email to the NAVMISSA PM. 5.3 Functional Requirements 5.3.1 The contractor shall provide an online subscription to a federated search product and an OpenURL link resolver. The online subscription shall include, but is not limited to, the following: A-Z Title List that shall include the following: Web-based single point of entry to all licensed e-resources with title searching, and subject browsing. Web-based single point of entry to the print and online holdings of participating Navy medical libraries. A-Z list management system that shall provide: The ability to make holdings changes. Usage statistics on databases and journals. The ability to add custom notes to resources and holdings. The ability to add custom URLs, proxies, and database names. An accurate and up-to-date Authority File for all metadata. AA search utility across products, to include custom ones. Access either by block Internet protocol address or individual username/password or Athens. Central managed activities and updating of title changes, additions, deletions etc. Overlap analysis. The ability to include print and microform holdings. Links to WorldCat to locate additional resources in print. Operation with the OpenURL link resolver. Ability to link from abstracts and indexes to cited journals. Table of Contents (TOC) and Alerting Service that provides alerts by e-mail. Open URL Link Resolver that shall provide: The ability to link from abstracts and indexes to full-text content. The ability to create a customized links display. The ability to create links to alternative resources i.e. other data bases within the Navy and those purchased by individual libraries. Compatibility with Athens and Shibboleth (single sign on authentication). The ability to manage PubMed LinkOut. The ability to link to local holdings i.e. print books, journals, locally purchased databases, microforms, etc. Links from Google Books and Google Scholar. The ability to create a customized citation form. The ability to link to customizeable ILL/Document delivery forms. Ability to view and add new e-journal, print and Microforms journals and e-book holdings. Federated search product that shall have following specialties: Search Syntax/Boolean Logic: AND, OR, Not, Phrase Searching, and Truncation. Search Fields: Title, Author, Full text, Keyword, Subject, Abstract, ISSN, ISBN. Search Initiation: Select from a list of resources (by subject or by databases). Sorting Options: Date, Title, Author, Source, and Results Clustering by topic, date, journal, and Author. Access to reports to measure utilization of content. Filtering for Full-Text and Peer-Reviewed articles. Consortia Support with the ability to push selected data to libraries and still allow members the flexibility to control resources. Clustering Features. Integration of all e-resources, OPAC, archives, print and non-print. Branding of e-resources. Pointers to print materials in collection. Operate with A-to-Z list, Open URL and Link Resolver. 5.3.2 The contractor shall maintain current, comprehensive, reliable, and standardized titles and URL variations across providers. 5.3.3 The contractor shall work with consortium members to generate a comprehensive list of all resources held by members to include all e-resources and journals held in paper or microform. 5.3.4 The contractor shall provide a capability for multiple libraries to view and use the Open URL link resolver, federated search product and A-Z Title List at all MTF locations simultaneously (may be displayed at one, multiple, or all facilities). Such capability shall be access controlled. 5.3.5 The contractor shall provide necessary support to ensure product or products work within the firewalls of DoD facilities. 6.0 Quality Assurance Surveillance Plan This QASP serves as the principal basis for assessing overall performance quality by the contractor. This document will be used by the Government to assess the effectiveness of the Contractor s performance. This QASP provides the methodology by which the Contractor's performance will be monitored to determine compliance with established performance objectives and to establish performance benchmarks that ensure a quantifiable basis for measuring effectiveness. The plan is designed so that surveillance is limited to that which is necessary to verify the contractor is performing satisfactorily and relates directly to the performance objectives delineated in the PWS. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Contract Number/Task Order Number: Contract Title or Description: Federated Search Performance RequirementPerformance StandardAcceptable Quality LevelMethod of Surveillance Provide access to integrated list.Integrated list shall be available for access.Access to integrated list shall be available 99% of the time. Periodic Inspection Provide integrated A-Z list, as prescribed in the PWS, to all e-books, online journals and the print journal holdings of Navy and Marine Corps medical treatment facilities.Product links shall be accurate and inclusive of government identified holdings. 95% of product links for government identified holdings shall be available and accurate. Periodic Inspection Provides anOpen URL link resolver as prescribed in the PWS. Link resolver must integrate Navy Medicines identified databases 95% of Navy Medicines databases must be available and accuratePeriodic Inspection Provide support and response, as prescribed in the PWS. Support and response shall be available. Support and response shall be available within 99% of PWS established timelines.Customer Input 7.0 Contracting Officer s Representative/Technical Point of Contact. 7.1 The Government may appoint one or more Contracting Officer s Representatives (CORs) to oversee requirements of the contract. CORs have limited authority. A copy of the written delegation of authority will be provided to the contractor. The Government is not bound by agreements made with the contractor, which exceed the authority expressly provided in the delegation. The Government reserves the right to change the Point of Contact, with notification to the contractor. Contracting Officer Representative: Will be named at the time of award. PROPOSAL INSTRUCTIONS: You are being requested to submit your proposal in response to the Navy Medicine Systems Support Activity s (NAVMISSA) requirement for a Federated Search Subscription. Your submission shall include two sections. The first section shall include Firm Fixed Pricing for a 12 month base period with two twelve month option periods. The amounts shall be set up as monthly amounts. You are to calculate and state your proposed price in accordance with the PWS. The second section shall include the offeror s technical approach to the PWS and the QASP and provide past performance. The technical approach shall clearly reflect how you propose to comply with the performance required in the PWS and QASP. The technical approach including any supporting documentation is to be clear and concise. Both sections shall reflect the requirements as stated in the PWS and QASP. If you take exception to any part of the contract language, or data contained therein, please advise in quote. The second section is limited to 25 pages excluding the Past Performance information. EVALUATION CRITERIA: The Government will award a contract resulting from this solicitation to the offeror whose submission, conforming to the solicitation, will be the most advantageous to the Government. Offerors shall provide their best, complete quote upon initial submission. The Government reserves the right to hold discussions if deemed necessary by the Contracting Officer. A Technical Evaluation Panel will evaluate all technical proposals based on the quotes/documentation provided. The evaluations will be based on the evaluation criteria set forth below. Basis for Award: Award will be made on a competitive best value basis, using tradeoff among price and non-price factors. The Government may elect to award to other than the lowest priced offeror, or other than the offeror with the highest rated non-price proposal. In either case, a tradeoff will be conducted. Non-Price factors will include: Technical Approach and Past Performance. Past Performance will be evaluated independently from the other non-price evaluation factors. The non-price evaluation criteria are listed below. (1) Technical Approach (2) Past Performance Technical Approach is more important than Past Performance. Government evaluators will not assume that the offeror possesses any capability or knowledge unless it is specified in the proposal. The non-price factors (including Past Performance) are more important in their totality than price. The following criteria will be used to evaluate the proposal. Technical Approach: The Government will evaluate the degree to which the offeror addresses the requirements of the PWS. Past Performance: Offerors shall submit a complete list of Federated Search Subscriptions performed within the last 3 years, including locations, verified points of contact, and dates of performance. The Government will not restrict its past performance evaluation to information submitted by offerors, but may also consider any relevant information in its possession and may contact references for additional information. Vendors having no relevant past performance shall include a statement to this fact in their technical proposal. Price: (All CLINs shall be priced.) The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. I. Completeness. The offeror has submitted CLIN total price, total contract price, completed all required representations and certifications, and acknowledged all amendments to the solicitation. II. Reasonableness. The Government's determination that the proposed price is fair and reasonable based on a price analysis. The degree to which the offeror's proposed price represents a fair and reasonable price will be evaluated using the techniques in FAR 13.501, which provides that comparison of the proposed prices will usually satisfy the requirement for price analysis. Rating Standard Definitions TECHNICAL RATING STANDARDS RatingDescription OutstandingProposal meets requirements as defined in the PWS and indicates an exceptional approach and understanding of the requirements. The proposal contains multiple strengths and no deficiencies. GoodProposal meets requirements as defined in the PWS and indicates a thorough approach and understanding of the requirements. Proposal contains atleast one strength and no deficiencies. AcceptableProposal meets requirements as defined in the PWS and indicates an adequate approach and understanding of the requirements. Proposal has no strengths or deficiencies. MarginalProposal does not clearly meet requirements as defined in the PWS and has not demonstrated an adequate approach and understanding of the requirements. UnacceptableProposal does not meet requirements as defined in the PWS and contains one or more deficiencies and is unawardable. PAST PERFORMANCE STANDARDS RatingDefinition Substantial ConfidenceBased on the offeror s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory ConfidenceBased on the offeror s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited ConfidenceBased on the offeror s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No ConfidenceBased on the offeror s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral)No recent/relevant performance record is available or the offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Other Administrative Instructions: Central Contractor Registration (CCR). 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. FAR Provisions & Clauses: 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 ALT I, 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: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-8, Utilization of 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-1, Buy American Act Supplies: 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the award. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.227-7015, Technical Data Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 1:00pm Eastern Time on 15 August 2011. Any questions shall be addressed to Courtney.piar@med.navy.mil by email only NLT 24 July 2011. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264511T0035/listing.html)
 
Record
SN02499031-W 20110716/110714235258-99b190ce681a15cca1cbbba67efc7870 (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.