Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 28, 2007 FBO #2223
SOLICITATION NOTICE

76 -- Serials Subscription Services

Notice Date
11/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
425120 — Wholesale Trade Agents and Brokers
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
 
ZIP Code
20852-2738
 
Solicitation Number
RS-OIS-08-336
 
Response Due
11/23/2007
 
Point of Contact
Michael Turner, Senior Contract Specialist, Phone (301) 415-6535, Fax (301) 415-8157
 
E-Mail Address
mat1@nrc.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 solicitation number is RS-OIS-08-336 and is issued as a Request for Proposals (RFP). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20, dated September 6, 2007. The full text of the FAR provisions or clauses referenced in this solicitation may be accessed electronically at http://acquisition.gov/comp/far/index.html. All future information, including any amendments, will be available solely through the FedBizOpps website, http://www.fedbizopps.gov. The North American Industrial Classification System Code (NAICS) is 425120. Proposals for this requirement may be submitted by all concerns, i.e., large businesses, small businesses, and small businesses owned and controlled by socially and economically disadvantaged individuals. Notice to large businesses: The subcontracting plan requirements of P.L. 95-507 are applicable to this effort. Thus, all large businesses determined to be in the competitive range must be prepared to submit a detailed subcontracting plan. The Nuclear Regulatory Commission (NRC) intends to issue a Commercial Item, Fixed Price contract, with a one-year base period and two additional one-year options. The services required by the NRC under this effort are for a SUBSCRIPTION AGENT who is capable of providing the necessary facilities, supplies, and qualified personnel, required to provide serial subscription services for the NRC's Technical Library as described under Attachment 1. The subscriptions to be renewed for the NRC by the subscription agent can be at Attachment 2. REPRESENTATION/CERTIFICATIONS/APPLICABLE CLAUSES: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2, Evaluation of Commercial Items, and FAR 52.2l2-4 Contract Terms and Conditions-Commercial items applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with the following clauses applicable: 52.203-6, 52.216-18, 52.216-19, 52.216-21, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-23, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-5, 52.225-13, 52.232-19, and 52.232-33. INSTRUCTIONS TO OFFERORS: All Proposals must be received no later than 12:00 PM EST, on November 23, 2007 at the U.S. Nuclear Regulatory Commission, Division of Contracts, Mailstop: T-7-I2, Washington, D.C. 20555. Proposals may also be submitted via e-mail address MAT1@NRC.GOV. All hand-carried proposals including those delivered by private delivery services must be delivered to the loading dock security station located at 11545 Rockville Pike, Rockville, Maryland 20852 and received in the depository located in Room T-7-I2. All offerors shall allow extra time for internal mail distribution. NRC is a secure facility with perimeter access control and NRC personnel are only available to receive hand-carried proposals between 7:30 a.m. - 3:30 p.m., Monday through Friday, excluding Federal Holidays. Please include the solicitation number on the envelope containing your organization's proposal. Proposals shall be typed, printed, or reproduced on letter-size paper and each copy must be legible. Offerors shall submit its proposal in the following two separate and distinct parts: (1) One (1)original and three (3)copies of the Technical Proposal and one (1) original and three (3)copies of the Cost Proposal. An offeror's cost proposal shall reflect all costs necessary to perform the work reflected in this effort. Proposals shall not exceed 50 pages, inclusive of the past performance references discussed below (if both sides of a page are used, each side is counted as one page). Any pages beyond the first 50 will not be considered in the evaluation. All charts, graphs, and other information, inclusive of past performance information, will be counted in the page limitation. Foldouts and sales brochures are prohibited. Offerors are notified that all information provided in its proposal must be accurate, truthful, and complete to the best of the offeror's knowledge and belief. The Commission will rely upon all such representations made by the offeror both in the evaluation process and for the performance of the work by the offeror selected for award. NRC intends to evaluate offers and award without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical 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 public interest or accept other than the lowest offer. QUESTIONS: All questions or inquires concerning this requirement must be received no later than 12:00 Noon on November 19, 2007, and must be directed to the attention of Michael Turner, Contract Specialist at mat1@nrc.gov. PROPOSAL REQUIREMENT - PRICING: This is a one (1) year contract that includes two additional one-year options. The offeror shall submit an overall cost proposal for the entire period of performance (base period and option periods). All offerors shall submit on separate line items for each year, an estimated price for the subscriptions to be renewed and its handling charge which shall include all costs necessary for providing the services. For estimating purposes, the offeror should assume an estimated not to exceed amount for bill later charges which may occur of $21,250 during the base year, $26,562 for Option Year 1, and $33,203 for Option Year 2. OPTIONAL SUPPORT SERVICES: For estimating purposes the Contractor should assume an estimated not to exceed amount for new subscriptions and specialized electronic access services of $20.000 during the base year, $20,000 for Option Year,1 and $20,000 for Option Year 2. Price will not be point scored. PROPOSAL REQUIREMENTS ? TECHNICAL & MANAGEMENT: The technical proposal shall not contain any reference to prices. The offerors shall submit full and complete information in the order set forth below to permit the NRC to perform a thorough evaluation and make a sound determination of whether the offeror will have a reasonable likelihood of meeting the requirements and objectives of this procurement. The proposal shall be fully self-contained, and shall specifically address the technical evaluation factors. NRC will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will offer the best value to the Government, price and other factors considered. Price is considered a substantial factor and will be evaluated for fairness and reasonableness but it is less important than the three non-price factors of: Technical Approach, Corporate Experience, and /Past Performance. EVALUATION CRITERIA: Mandatory Unweighted Pass/Fail Criteria. Offerors should anticipate an award on or about December 21, 2007. Therefore, proposals shall demonstrate that the offeror is capable of providing the required services to the NRC addresses listed in Attachment 3 by January 2008. Note: All offerors proposals not meeting this mandatory unweighted pass/fail criteria will not be evaluated further. The following factors will be used to evaluate offerors: CRITERIA 1 TECHNICAL APPROACH (50 POINTS) - Extent to which the offeror demonstrates an understanding of the requirement and its ability to perform the work, meet planned schedules, provide quality deliverables, and monitor project status. In this section your organization shall provide a comprehensive statement of its proposed technical approach and understanding of the requirement, addressing all areas covered in the statement of work, to include, the extent to which the offeror demonstrates a detailed description of the methodology to be employed in accomplishing the following: (1) Ability to provide all of the titles on the representative list of subscription titles at current list prices, as verified by itemized notations on the lists. Ability to order new and renewal subscriptions in multiple addresses while maintaining one overall bill-to account and one common expiration date, (2) Ability to handle rush requests, claim missing issues, and expedite changes of addresses. Ability to fill new subscription requests, claim missing issues and accomplish all cancellations within five calendar days from receipt or notification from the Technical Library, (3) Ability to serve as the Technical Library?s fiscal agent with publishers, including making timely prepayments, processing refunds, claims, supplemental and bill later charges. Sufficient corporate funds on hand to permit prepayment of renewal subscriptions in advance prior to receiving initial major payment from NRC, (4) Ability to provide client with web-based access to Vendor?s system to lookup serial titles, order journals, claim, invoices, and produce reports, (5) Ability to provide reports and other administrative support for serials management in electronic and print formats, including monthly reports of claims, notification of change in status of titles, listing of all NRC bill to or ship addresses, listing of current subscriptions, and additional copies of invoices upon request, (6)Ability to provide specific solutions to order, access and maintenance of e-journals, including electronic publication subscriptions, licenses, collections assessment and collections development reports. Ability to provide web access tools including ability to order, renew, claim and invoice via the Internet (Web), and (6) Ability to interface with the NRC Technical Library?s Integrated Library System, Ex Libris Voyager. CRITERIA 2 CORPORATE EXPERIENCE (25 POINTS) - Extent to which the offeror demonstrates that its organization possess the resident corporate experience necessary to perform the services described in the statement of work. To this end, the offeror shall describe, in general terms, the corporate knowledge, experience, and qualifications available within the organization to perform the same or similar work, as described in the statement of work. Include the number of years the organization(s) has/have been in business. CRITERIA 3 PAST PERFORMANCE (25 POINTS) - The Offeror shall demonstrate that they have successfully performed on other contracts of similar size and scope within the past five years. This shall be done by describing current and past work of a similar or identical nature in such a manner that an evaluation can be made of the performance history and the relevance of this experience to the requirements of the solicitation. To this end, the offeror shall list at least three (3) current/previous support contracts of a similar nature to this proposed contract. It is incumbent upon the offeror to provide information which is accurate and current as the NRC may contact each reference to verify the information provided at its discretion. In addition, offerors shall identify all contracts similar in size and scope to this effort that have been terminated for default or convenience or subject to any disputes. Offerors will be provided the opportunity to provide written rebuttal for any negative information received. This rebuttal information will be taken into consideration in evaluating proposals. The offeror shall provide the information requested using the format specified below. Each contract reference shall be limited to one page in length: (a) Contract or Purchase Order Number; (b) Name and Address of Government Agency; ( c) Point of contact; (d) Contracting Officer; (e) Current Telephone Number and Facsimile Number; (f) Technical Representative; (g) Estimated Value of Contract Awarded; (h) Period of Performance of the Contract (including extensions); (I) Outline how the contracted effort is similar or identical in nature to the NRC?s requirement, with a brief technical description sufficient to permit ready assessment of the described project's relevancy to the NRC's requirement. It is not sufficient to just note that it is similar in magnitude and scope; and (j) The offeror shall provide samples of all required reports and include all pertinent information required by the NRC. The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents, as appropriate, will not be available. The NRC requires the prospective awardee to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7. Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential Offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential offerors may obtain information on registration and annual confirmation requirements via the Internet by copying and pasting the following Internet address into their Internet Browser: http://www.ccr.gov (note: there is no direct link to the CCR website from this FedBizOpps notice) or by calling 1-888-227-2423 or 269-961-5757. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Because this solicitation and its related documents, as appropriate, will be posted at this website, interested parties are instructed NOT to send letters or e-mails or faxes requesting the RFQ. Telephoned, e-mailed, or faxed requests for the RFP will not be accepted. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-DEC-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/NRC/OA/DCPM/RS-OIS-08-336/listing.html)
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, 11545 Rockville Pike, Rockville, Maryland
Zip Code: 20852
Country: UNITED STATES
 
Record
SN01476355-F 20071228/071226223901 (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.