SOLICITATION NOTICE
D -- IDIQ for Journal Subscriptions - Package #1
- Notice Date
- 11/4/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HU0001-17-Q-E002
- Archive Date
- 1/31/2017
- Point of Contact
- Samantha Dublin, Phone: 301-295-1375
- E-Mail Address
-
samantha.dublin@usuhs.edu
(samantha.dublin@usuhs.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- Provisions and clauses 17QE002 Publisher List – Attachment 2 17QE002 DELIVERY ORDER 0001 – Attachment 1 RFQ *** Please see attachments for full details. *** The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has an ongoing requirement for journal subscriptions with unlimited access for authorized users at the University. The resultant multiple awards will be a firm-fixed price (FFP) indefinite-delivery, indefinite-quantity (IDIQ) contract with a period of performance of five (5) years. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 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. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 – Acquisition of Commercial Items and FAR Part 13 – Simplified Acquisition Procedures, to include FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-91 (30 September 2016) and Defense Federal Acquisition Regulation Supplement (DFARS) (21 October 2016). This requirement is set-aside for small business concerns under NAICS code 519130 – Internet Publishing and Broadcasting and Web Search Portals with a size standard of 1,000 employees. In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications by the close date of the solicitation. Historical Data During Fiscal Year (FY) 2016 (October 1, 2015 until September 30, 2016) the University procured online subscriptions, some of which are summarized below. Purchase Order Award Amount Vendor Date HU0001-16-M-0184 $362,002.22 Basch Subscriptions 25 Mar 2016 HU0001-12-M-DV47 $7,013.00 Lyrasis 14 Jan 2016 HU0001-13-M-D039 $269,367.24 Elsevier 20 Jan 2016 HU0001-16-M-V604 $29,634.81 LM Wolper 25 February 2016 IDIQ Specifications The subscription IDIQ will be used by USU to procure subscriptions (online and/or in print) to support education programs at the University for a period of performance of five (5) years. A request for delivery order quotes will be issued by email to all awardees in accordance with the procedures of FAR 16.505(b) Orders under multiple award contracts, on an annual basis. It is the awardee’s responsibility to ensure a current email address is on file for receipt of request for delivery order quotes. Future individual delivery orders including delivery order 0001 included here will be evaluated based on a lowest price technical acceptable basis. Split awards for each requirement are possible and offerors must honor the quoted price for each line regardless of how many lines are awarded in response to a solicitation. Awardees will be asked to provide quotes on an annual basis, prior to the start of a new period of performance. For subscriptions with printed materials requirement, shipping locations will be provided in the individual delivery orders, however, the majority of the orders will be shipped to Bethesda, MD. Shipping is FOB Destination. All online access must be provided no later than the date provided in the delivery order request. Delivery orders will be issued a minimum of 10 days in advance of any required access date. Access not granted within 48 hours of receipt of the order, excluding government caused delays, may be terminated in accordance with FAR 52.212-4(m). While access to many of our titles runs on the calendar year, some titles will have alternative periods of performance (PoP) based on the needs of USU and existing subscriptions. Each title and its corresponding PoP will be provided on the request for delivery order quotes. Should a vendor default, not comply with contract terms, or fail to provide the Government, upon written request, with adequate assurances of future performance, the contract will be terminated for cause in accordance with FAR 52.212-4(m). Before being reconsidered for new orders, all deficiencies must be addressed in a written plan of action and submitted in writing to the USU contracting office. If the contracting officer agrees the plan is acceptable and will protect the government against future occurrences, the vendor’s participation in the IDIQ will be restored. FAR 16.504(a)(2) requires a minimum quantity be provided to the contractor for establishment of a binding contract. The minimum value is $500.00 over the life of the IDIQ. The minimum value for each delivery order is $500.00 and the maximum order value is $500,000.00. If the services of an ombudsman are required, vendors should contact the administering contract specialist for contact information. The government reserves the right to add and remove vendors to the IDIQ at any time during the life of the contract. Administering contract specialist: Mrs. Samantha Dublin, samantha.dublin@usuhs.edu, 301.295.1375 (office). IDIQ – Delivery Order 0001 Delivery order 0001 is provided in the attachment “ 17QE002 DELIVERY ORDER 0001 – Attachment 1.” Please note that there are four (4) tabs on the spreadsheet that must be completed. Offerors interested in responding to this requirement must complete the attached spreadsheet and provide a quote for ALL titles identified on worksheet “D0001 – USU,” “D0001 – PDC,” and "D0001 - Dewitt.” Additionally, offerors must provide list price, discount rate (if any), and service charge percentage for the publishers/collections they have access to on the spreadsheet entitled “ 17QE002 Publisher List – Attachment 2.” Split awards are likely. Quotes submitted without the completed spreadsheet may not be considered for award for delivery order 0001. Only offerors who submit a quote will be considered for each delivery order. Quote must be for 12 months of access (January 1, 2017 until December 31, 2017). Unlimited “concurrent users” is preferred, but in a concurrent usage model, one user is generally enough for most titles. More would be required for more popular titles. Offerors should quote print copies only when specified or when online access is not available. Please utilize the following information on number of users and IP addresses per site for putting together your quote. Uniformed Services University - 2,000 users • 151.200.170.225226 • 71.166.176.78 • 54.210.236.138 • 54.210.093.101 Dewitt Family Medicine – 200 users • 151.200.170.225226 Postgraduate Dental College Addresses (PDC) – 229 faculty, 203 students; 18 sites • 151.200.170.137 (proxy server) • 54.088.203.138 • 71.166.178.10 Defense Threat Reduction Agency (DTRA) - 100 users • 151.200.170.237 • 54.210.237.187 • 71.166.177.8 United States Department of State - 456 users • 151.200.170.238 (proxy server) • 54.210.237.201 • 71.166.177.9 Evaluation The government intends to award multiple firm-fixed priced (FFP) indefinite-delivery, indefinite-quantity (IDIQ) contracts based on the best value to the government using the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The government reserves the right to add vendors to the IDIQ at any time during the life of the contract. The government reserves the right to award without discussions. Evaluation Factors (listed in order of importance) : · PRICE : Offerors must provide a quote for all the titles in delivery order 0001 in attachment 17QE002 DELIVERY ORDER 0001 – Attachment 1 and provide the list price, percentage discount off, and service fee for the listed publishers in attachment Publishers List – Attachment 2. For delivery order 0001, offerors must complete all the line items on both tabs on the delivery order 0001 spreadsheet (attachment 1). If an offeror does not provide journals by a particular publisher listed, they must enter “Not provided” in the discount field. Offerors must include all applicable costs (Example: shipping for printed materials, etc.) in their quote. The total quoted price for all applicable costs will be the evaluated price. Offerors must also submit list price, discount rate (if any), and service fee percentage for each publisher listed on the 17QE002 Publishers List (attachment 2). If the offeror does not provide a discount off a particular publisher, they must enter “None.” Offerors are not required to provide a quote for every publisher listed in attachment 2. Future orders will not be limited to the publishers listed in the spreadsheet. Discounts can be reevaluated based on a corporate merger or acquisition of a publisher and can be adjusted to a mutually agreeable discount. If the presented discount or final price is determined not to be fair and reasonable, the government reserves the right to not utilize the IDIQ. Split award are likely. Quotes submitted without the completed spreadsheet may not be considered. · CORPORATE EXPERIENCE : Offerors are required to provide a narrative of their corporate experience in providing online/print access to subscriptions. Experience with military and/or medical customers may be considered more desirable by the Government. · PAST PERFORMANCE : The Government shall evaluate the offeror’s present and past performance on similar tasks completed within the past three years. Offerors must provide a minimum of two (2) customer references or CPARS reports for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a. Name of client and address b. Name of current point of contact including telephone number, e-mail address and title c. Contract number d. Contract value e. Contract period of performance f. A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror’s quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. Offerors may provide past performance information for subcontractors and must provide the same level of detail as outlined above; however past performance information for the prime will be considered more important to the Government. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. The government may reject any quote that has been determined to be unrealistic in terms of price, when compared to the government estimates, market research, or other offerors. Quotes may also be rejected if the offeror does not display a clear understanding of the requirement or the terms and conditions of their quote. Offerors must submit the following with their quote, if not completed in SAM registration: · Competed copy of provision 52.209-2 See attached list for applicable provisions and clauses for this requirement. Places of Performance: Uniformed Services University (USU) 4301 Jones Bridge Road Bethesda, MD 20814 Dewitt Family Medicine Residency Program 9300 DeWitt Loop Fort Belvoir, VA 22060 Postgraduate Dental College Addresses (PDC) Naval Postgraduate Dental School 8901 Rockville Pike Bethesda, MD 208895600 Air Force Postgraduate Dental School MacKnown Dental Clinic 2450 Pepperell St Lackland AFB San Antonio, TX 78236 Army Postgraduate Dental School US Army Dental Activity 2817 Reilly Rd Fort Bragg, NC 28310 Army Postgraduate Dental School US Army Dental Activity Bldg 4441 Service Dr, Room 103 Fort Hood, TX 76544 Army Postgraduate Dental School US Army Dental Activity 1 Jarrett White Rd, Bldg 320 Tripler Army Medical Cetner Schofield Barracks, HI 96859 Air Force Postgraduate Dental School Keesler AFB, MS 39534 Army Postgraduate Dental School Fort Gordon, GA 30905 Defense Threat Reduction Agency (DTRA) 8725 Kingman Rd, MSC 6201 Fort Belvior, VA 220606201 United States Department of State (The Department of State users are located at embassies across the world, however the official address is listed below.) Office of Medical Services SA1 Rm L209 U.S. Department of State 2201 C Street NW Washington, DC 20520 Deadlines : Questions/clarifications regarding this solicitation must be submitted via email to samantha.dublin@usuhs.edu by Wednesday, 9 November 2016. Any question received after this date will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around Thursday, 10 November 2016. Quote packages are due by 12:00 PM Eastern Local Time on Wednesday, 23 November 2016. Quotes must be submitted via email to samantha.dublin@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that they quote was received and whether it was on time or late within two (2) business days. Quote packages should include a cover sheet that provides the following information: Company name Point of contact, including email and phone number DUNS number Statement that includes acknowledgement of latest amendment number (if applicable). Failure to acknowledge the most recent amendment number, may render an offeror’s quote non-responsive. Statement if VISA is an acceptable form of payment, without a fee
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/edb9902b9ca7f17d989ad9cb07e1fcbe)
- Place of Performance
- Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN04320802-W 20161106/161104233857-edb9902b9ca7f17d989ad9cb07e1fcbe (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 |