Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

76 -- Wall Street Journal (WSJ) Online and Print

Notice Date
8/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511110 — Newspaper 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-08-1045598
 
Archive Date
9/11/2008
 
Point of Contact
Jody L. O'Kash,, Phone: 301-827-5094, Rafael Taylor,, Phone: 301-827-7169
 
E-Mail Address
Jody.O'Kash@fda.hhs.gov, Rafael.Taylor@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This is solicitation number FDA-SOL-08-1045598 and this solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. (iv) The NAICS code is 511110. The Government intends to issue a fixed price award for this requirement and reserves the right to issue an award without discussions. (v) The following is a list of Brand Name description of items: 1) Annual Enterprise License for online access (for up to 1,000 users per month) to the Wall Street Journal (WSJ) online with continuous updates, email alerts and the ability to personalize the needed information 2) One print edition included to be sent to the 5 FDA library locations. 3) Formal training and webinars as needed. (vi) DESCRIPTION OF REQUIREMENTS: STATEMENT OF NEED: The FDA Biosciences Library wishes to renew our site license to Wall Street Journal Online, providing unlimited online web access to the Wall Street Journal through Dow Jones and Company. WSJ online provides enterprise-wide access to the entire Dow Jones proprietary information package. WSJ online story pages provide unique interactive graphics along with internal hyperlinks to company information and relevant proprietary article links within a user friendly interface. This is a BRAND NAME OR EQUAL TO request for quote (RFQ). In order to be considered for award the offeror must submit with their quote supporting documentation that their product offers the same or similar services offered on WSJ online, and meet the following evaluation factors 1) The contractor shall provide an Annual Enterprise License for Online access (for up to 1,000 users per month) to journals that offer expert advice on the market and economy, coverage of major global stories, political events, medical breakthroughs and emerging technologies, 2)The license shall include Updates and Email Alerts, 3)The contractor shall provide Formal Training and Webinars as needed, 4) The Health Sections in the proposed online journal and print edition shall include an international scope, 5) print editions of the journals shall be available 6) The license shall be available 24/7 via desktop web access,; 7) Customer service shall be available to troubleshoot website/connectivity issues via phone and email; 8) Online access shall have a Customizable interface with Agency staff logging in through a secondary page to capture usage statistics; 9) The services shall have the ability to set up alerts and run these alerts repeatedly across research areas; 10) The online service shall have the ability to display related articles, i.e. to pull up other articles related to their area of research when they retrieve their original search results. 11) The contractor shall also have the capability to provide monthly usage statistics. (vii) Delivery of the product will be via email. The email address will be made available upon award. (viii) The provision at 52.212-1, Instructions to Offerors (APR 2008) -- Commercial, applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. (ix) The provision at 52.212-1, Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will offer the best value to the Government, technical factors, price, and past performance considered. To determine technical merit, each quotation will be evaluated against the technical evaluation factors. The following factors shall be used to evaluate offers and are listed in descending order of importance. 1) The proposed product will be evaluated on its ability to meet all of the requirements listed in part (vi) of this solicitation. 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. 2) Price. FDA will award a purchase order to a responsible vendor whose quote is the lowest price meeting or exceeding the required technical factors. 3) Past Performance: Vendors should provide one reference of similar efforts (in this case an annual online journal subscription to another Government Agency) performed during the last two years. This will include a description of the project, project title, order number, order amount, client identification including Government agency name, contracting and technical reviewing official name(s), address and telephone number. The government is seeking to determine whether an offeror has demonstrated a strong commitment to customer satisfaction and the standard commercial price typically charged to other Government entities for the same or similar product. This is a matter of judgment. 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. (x) Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (JUN 2003). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor’s online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. (xii) The clause at FAR 52.217-8 -- Option to Extend Services (MAR 2000) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUNE 2007), applies to this acquisition as well as the following clauses cited therein: 52.222-3, Convict Labor (JUN 2003)(EO 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2006)(EO13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007)(EO11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006)(38 USC 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 USC 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.225-1 Buy American Act---Supplies (JUN 2003), 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006), 52.232-1 Payments (APR 1984); 52.232-33 Payment by Electronic Funds Transfer –Central Contractor Registration (OCT 2003)(38 USC 4212); 52.239-1 Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). Full text of clauses and provisions can be accessed at www.arnet.gov/far. (xiii) In order to comply with Section 508 of the Rehabilitation Act, the Government asks vendors to complete a Voluntary Product Accessibility Template (VPAT) and submit it with their quote. The technical standards applicable to this requirement are: 1194.21 Software Applications and Operating Systems subsections: a,b,c,d,e,f,g,h,i,j,l,m,n,o,p, 1194.22 Web-based Intranet and Internet Information and Applications: subsections: a,b,c,d,e,f,g,h,i,j,k and 1194.41 Information, Documentation, and Support (a,b,c). The 508 technical standards are available at http://www.section508.gov/. All questions must be submitted in writing to Jody.O’Kash@fda.hhs.gov no later than Monday, August 25th, 2008 at 5pm EST. Answers to all questions will be posted as an amendment to the solicitation. Price Proposals, Technical proposals, and VPAT may be submitted electronically at Jody.O'Kash@fda.hhs.gov no later than Wednesday, August 27, 2008 at 5pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c845ac51aff7de8b8e6a8ea11212217f&tab=core&_cview=1)
 
Place of Performance
Address: The product will be delivered via email to our customer located at:, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01646303-W 20080822/080820222550-c845ac51aff7de8b8e6a8ea11212217f (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.