Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2013 FBO #4185
SOURCES SOUGHT

70 -- Online site license to IEEE/IET Electronic Library

Notice Date
5/8/2013
 
Notice Type
Sources Sought
 
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
6/6/2013
 
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
Partial Small Business
 
Description
CONTRACTING OFFICE U.S. Department of Health and Human Services (DHHS) Food and Drug Administration Agency (FDA) / Office of Acquisitions and Grants (OAGs) DESCRIPTION This is a Sources Sought Notice to determine the availability and capability of small businesses (including certified 8(a), small disadvantaged, and hub zone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide an a on- site license to IEEE/IET Electronic Library (brand name or "equal to") to include: IEEE Xplore, IEEE Conference Proceedings, IEEE Periodicals, IEEEE Standards, IET Journals and Conference Proceeding of the IEEE And IEEE Spectrum 1.0 Contractor Requirement Deliverables • A site license to IEL • On-site training • On-line tutorials • Update and upgrades according to changes in industr • 24 hours access to IEL • Briefings and updates to FDA researches. 1.1 Contractors Requirements Requires an online site license for internet access to IEEE/IET Library- IEEE Xplore that includes Access to Internet Protocol ( IP) authentication and unlimited usage for all FDA employees. Required resources include the following: 1.IEEE and IET journals, conference proceedings and standards with full text access to all content from 1990 - present. 2. 3 million articles 3.160 IEEE journals, magazines and transactions 4.Proceedings from at least 1200 IEEE and IET conference titles 5.2400 approved IEEE standards 6.Training: either two webinars or in-person training 7. Usage statistics on a monthly basis. The format of the usage statistics shall be counter compliant, accessible via user and a password supplied by the contractor. 8. All resources shall be searchable through a single interface. 9. Weekly updates. 10. Multiple options for searching. 11. Unlimited article printing. 2.0 Period of performance: Base plus two option year 3.0 Other Pertinent Information: Contractor's web service must be 508 compliant. The following Section 508 standards are applicable to this requirement: 1194.22 Web-based intranet and internet information and applications. 1194.41 Information, documentation, and support. Contract performance shall be performed off-site at contractor facility on the contractor's service. The Government does not intend to provide government furnished equipment. A firm fixed price type of contract is anticipated. The NAICS Code is 511210, with a small business size standard of $7.0M. DHHS/OAGS is seeking sources for "Brand Name or Equal for IEEE/IET Electronic Library. 4.0 Instruction to Offerors: Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 5 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 511210 size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in SAM at www.sam.gov to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. 5.0 Response Information Responses to this notice must be received via email to Contract Specialist Karen L Conroy @karen.conroy@fda.hhs.gov no later than 5/22/2013 4: 00pm Eastern Standard Time for consideration. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SOL-13-1116598/listing.html)
 
Place of Performance
Address: U.S. Food & Drug Administration, 10903 New Hampshire Ave., Silver Spring MD 20993, Silver Spring, Maryland, United States
 
Record
SN03056937-W 20130510/130508235601-8b38344d88e105e47c2d66ee5baa3525 (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.