Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

70 -- On-site License to IEEE/IET Electronic Library

Notice Date
6/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-SOL-13-1116598
 
Archive Date
8/10/2013
 
Point of Contact
Karen L Conroy, Phone: 781-587-7452, Jennifer Fagan, Phone: 301-443-5861
 
E-Mail Address
kconroy@ora.fda.gov, Jennifer.Fagan@fda.hhs.gov
(kconroy@ora.fda.gov, Jennifer.Fagan@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.102(g) and in the format of Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Solicitation number is FDA-SOL-13A-1116598 and is issued as a Request for Quotes as a "Brand Name or Equal" This solicitation document incorporates all mandatory commercial items provisions and clauses that are in effect through Federal Acquisition Circular 2005-66 dated April 1, 2013. The North American Industrial Classification System (NAICS) is 511210 and the small business Size standard is $7M employees. The Government intends to issue a firm fixed price order.. The period of performance is a base plus two option years. Background and Purpose Food and Drug Administration (FDA) researchers require unlimited access to Engineering, Electronics and Computer Science content that includes the following resources contained in the IEEE/IET electronic library/IEEE Xplore : IEEE Conference Proceedings, IEEE periodicals, IEEE Standards, IET Journals and Conference, Proceedings of the IEEE and IEEE Spectrum. It is a critical information source for FDA researchers to stay up-to-date on today's most recent scientific developments. The resources contained in the IEEE/IET library/IEEE Xplore are highly requested by FDA researchers through the library's document delivery service, a site license alleviates the need to purchase the articles individually. The requirements for the services are provided below: 1.0 Scope and Requirements 1 The FDA Library requires a site license for internet access to IEEE Xplore that includes the publication collections listed below. Access is Internet Protocol (IP) authentication. It should include unlimited usage for all FDA employees. 1.1 The resources required include the following: • IEEE and IET journals, conference proceedings and standards with full text access to all content from 1990 - present. • 3 million articles • 160 IEEE journals, magazines and transactions • Proceedings from at least 1200 IEEE and IET conference titles • 2400 approved IEEE standards • All resources should be searchable through a single interface. 2.0 Specific Requirements 2.1 For the above, the Contractor shall provide the following: a. A site license for unlimited usage providing the Agency with 24/7 web access based on IP authentication b. Customer service shall be available to troubleshoot website/connectivity issues and respond to search inquires via phone or email during normal business hours (Monday - Friday, 9:00 a.m. - 5:00 p.m. Eastern Standard Time [E.S.T.]). 3.0 Deliverables 3.1 The Contractor shall provide the FDA Biosciences Library with a site license providing unlimited internet based access to: 3.2 Deliverables 3.2.1 The interface shall be hosted on the Contractor's server and shall be accessible at the researcher's desktops 24/7 via IP authentication. 3.2.2 If a plug-in, additional software or recommended software is required for optimal use, the Contractor shall include specific requirements. The Contractor shall address any questions or problems encountered when using this product with supported software or hardware. 3.2.3 The Contractor shall provide online tutorials. 3.2.4 The Contractor shall provide a minimum of two (2) webinars or in-person training sessions to train FDA researchers to utilize the database. 3.2.5 The Contractor shall provide usage statistics on a monthly basis via email or contractor provided login and should include session count, search count and total document retrievals per title. 3.2.6 The Contractor shall provide unlimited article printing 3.2.7 Updates and upgrade according to changes in industry. 3.2.8 Promotional Materials 3.2.09 Briefings and updates to FDA researchers. 3.2.10 Usage statistics will be provided on a monthly basis. The format of the usage statistics shall be counter compliant, accessible via user and a password supplies by the contractor 3.2.11 Site License to IEL or "equal to". 3.2.12 Twenty four hour desk top access to IEL or "equal to" 4. Period of Performance Base Year with two option years Base Year: September 1, 2013- August 31, 2014. Option Year 1: September 1, 2014- August 31, 2015 Option Year 2: September 1, 2015- August 31, 2016 5. Technical Understanding The provisions at FAR52.212-2 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. Price: The Government will evaluate proposed prices for a base period plus two 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). 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. 6. Section 508 of the Rehabilitation Act The following Section 5008 standards are applicable to this requirement 1194.22 Web-based intranet and internet information and applications 1194.41 Information, documentation, and support. 7. Instructions to Offerors: The provision at FAR 5.212-1 titled: Instructions to Offerors- Commercial (June 2008) applies to this acquisition. The offerors shall submit a technical volume and a pricing volume. Each volume should include the following: Volume One Technical • Shall not exceed five pages in length Volume Two • Pricing is for a base plus two option years. The offerors shall include a completed copy of the provision FAR52212-3 Oferror Representation and Certifications-Commercial Items. ( October 2010) which can accessed@https://orca.bpn.gov The offerors shall comply with the provision ast FAR 52.212-1(b) and submit and electronic copy to Karen Conroy (karen.conroy@fda.hhs.gov) The offerors responding to this RFQ must be registered with SAM ( System Acquisition Management System atwww.sam.gov Offerors must address the following FAR clauses FAR 52.212-4 Contract Terms and Condition Commerical Items, FAR 212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Far provision and clauses may be found at http://ww.gov/far/index.html 8. Additional clauses and provisions: 52.211-6 Brand Name or Equal ( August 1999). (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) 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. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. HHSAR clauses are incorporated by reference: • 352.201-Definitions ( Jan. 2006) • 352-270-12 Tobacco Free Facilities • 352-270-19 Electronic Information Technology Accessibility (Jan. 2010. These clauses may be downloaded from http://www.hhs.gov/oamp/policies/hssar.doc 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one (1) day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (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. 52.252-2 Clauses Incorporated by Reference (FEB 1998) Submission must be received via email to Karen.Conroy@fda.hhs.gov by July 26, 2013 12:00pm eastern standard time. Questions no later than 7/5/2013. Responses to questions by July 10, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SOL-13-1116598/listing.html)
 
Place of Performance
Address: FDA/Biosciences Library W02 Rm. 3051, 10903 New Hampshire AVE, Silver Spring MD20903, Silver spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN03100094-W 20130628/130626234939-7e6e0ac1e7b1b04163709184c2f4a5b9 (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.