SOLICITATION NOTICE
76 -- On-Line Site License and Subscription to MICROMEDEX Healthcare databases and publications
- Notice Date
- 11/17/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- MDA905-04-T-8000
- Response Due
- 12/1/2003
- Archive Date
- 12/16/2003
- Point of Contact
- David Denton, Contract Officer, Phone 301-295-3068, Fax 301-295-1716,
- E-Mail Address
-
ddenton@usuhs.mil
- Description
- The Uniformed Services University of the Health Sciences (USUHS), the DoD Medical School and Health Sciences University, Learning Resources Center, Bethesda, MD intends to procure on a sole source basis an annual on-line license and subscription to the MICROMEDEX Assortment of Healthcare databases specified in the contract line items below. This contract will consist of one base year and up to three one-year options. This notice serves as a combined synopsis/solicitation for commercial items/services 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 following contract line items and SubCLINs are included in this contract: CLIN 0001, MICROMEDEX HEALTHCARE SERIES DATABASES, Qty ? 1 Year, Base Year - Contract Year 1. (1 January 2004 thru 31 December 2004) Site License and On-Line Annual Subscription to the MICROMEDEX Databases identified in the SubCLIN?s. 0001AA, DRUGDEX System; 0001AB Dosing and Therapeutic Tools; 0001AC, DRUG-REAX System; 0001AD, Physicians Desk Reference (PDR); 0001AE, After Care Instructions (ED/ER); 0001AF, AltMed-REAX System; 0001AG, DISEASEDEX Emergency medicine; 0001AH, Drug Note System; 0001AJ, IDENTIX System; 0001AK, Poisindex System; 0001AL, REPRORISK System; 0001AM, Mobile MICROMEDEX; 0001AN, Mobile MDX Drug Interactions Module; 0001AP, TOMES Plus System on the Internet; 0001AQ, Web (Intranet) Hosting Fee; 0001AR, Web (Inernet) Hosting Fee (Optional Item). CLIN 0002, MICROMEDEX HEALTHCARE SERIES DATABASES, Qty ? 1 Year, Option Year 1 - Contract Year 2. (1 January 2005 thru 31 December 2005) Site License and On-Line Annual Subscription to the MICROMEDEX Databases identified in the SubCLINs (same SubCLIN?s as CLIN 0001). CLIN 0003, MICROMEDEX HEALTHCARE SERIES DATABASES, Qty ? 1 Year, Option Year 2 - Contract Year 3. (1 January 2006 thru 31 December 2006) Site License and On-Line Annual Subscription to the MICROMEDEX Databases identified in the SubCLINs (same SubCLIN?s as CLIN 0001). CLIN 0004, MICROMEDEX HEALTHCARE SERIES DATABASES, Qty ? 1 Year, Option Year 3 - Contract Year 4. (1 January 2007 thru 31 December 2007) Site License and On-Line Annual Subscription to the MICROMEDEX Databases identified in the SubCLINs (same SubCLIN?s as CLIN 0001). The DELIVERABLES, Annual site license, on-line support and subscription to Healthcare databases identified in the Schedule. FOB: Destination, within 30 days after publication of individual journal. PACKING and SHIPPING: Standard commercial packaging shall be used. WARRANTY: A standard commercial warranty shall be provided for the products and services provided by this contract. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. FAR CLAUSES AND PROVISIONS: The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, with acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature and specifications for the proposed equipment and software, and the FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, prior to an award. Telegraphic or facsimile offers are acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in their offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. EVALUATION FACTORS - The following evaluation criteria are included: (1) Technical ? capability to perform required work and provide the required journals and meet the requirements of the contract as specified above; (2) Past Performance ? successful history of providing similar service; (3) Price. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability, past performance and price. Technical capabilities and past performance are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Evaluation of technical capability and ability to meet the evaluation factors will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing, descriptive literature, or other documentation, to show how the offered product or service meets or exceeds the requirements as specified in the Specifications. (2) PAST PERFORMANCE: history of providing the required journals and associated services successfully; and (3) PRICE: includes journal and publication costs, shipping and handling, software licensing, warranty costs, discount terms. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government?s evaluation team to make an adequate technical assessment of the quote as to meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.217-5, Evaluation of Options (JUL 1990); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); In addition to the clauses in FAR 52.212-5, the following clauses are also included in solicitation and resulting contract: 52.207-4 Economic Purchase Quantity ? Supplies (AUG 1987); 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.233-3 Protest After Award (AUG 1996); 52.242-15 Stop Work Order (AUG 1989); 52.247-34 F.O.B. Destination (NOV 1991); 252.201-7000 Contracting Officer?s Representative;252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.204-7004 Required Central Contractor Registration (NOV 2001); 252.243-7001 Pricing of Contract Modifications (DEC 1991). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www.ccr.gov, or call the DOD Electronic Information Center at 1-800-334-3414.
- Place of Performance
- Address: 4301 Jones Bridge Road, Bethesda, MD
- Zip Code: 20814-4799
- Country: USA
- Zip Code: 20814-4799
- Record
- SN00471524-W 20031119/031117212447 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |