Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2023 SAM #8044
SOLICITATION NOTICE

R -- Oxford Journals Subscription

Notice Date
12/4/2023 7:36:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519290 —
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624Q0024
 
Response Due
12/13/2023 7:00:00 AM
 
Archive Date
02/11/2024
 
Point of Contact
Andrew Allen, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
Andrew.Allen6@va.gov
(Andrew.Allen6@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06 This solicitation is set-aside for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 519290, with a small business size standard of 1000 employees. The FSC/PSC is R605. The Program Contracting Activity Central (PCAC), 6100 Oak Tree Blvd, Suite 490, Independence, OH 44131 is seeking to purchase existing, off-the-shelf, web-based electronic journal collection that will be made available throughout the VA healthcare system. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price BASE YEAR 0001 British Journal of Surgery 1 Year 0002 Endocrinology 1 Year 0003 Physical Therapy 1 Year 0004 Social Work 1 Year 0005 The Journal of Clinical Endocrinology & Metabolism 1 Year 0006 Journal of the American Medical Informatics Association (JAMIA) 1 Year 0007 American Journal of Health-System Pharmacy (AJHP) 1 Year Option Year One 1001 British Journal of Surgery 1 Year 1002 Endocrinology 1 Year 1003 Physical Therapy 1 Year 1004 Social Work 1 Year 1005 The Journal of Clinical Endocrinology & Metabolism 1 Year 1006 Journal of the American Medical Informatics Association (JAMIA) 1 Year 1007 American Journal of Health-System Pharmacy (AJHP) 1 Year Option Year Two 2001 British Journal of Surgery 1 Year 2002 Endocrinology 1 Year 2003 Physical Therapy 1 Year 2004 Social Work 1 Year 2005 The Journal of Clinical Endocrinology & Metabolism 1 Year 2006 Journal of the American Medical Informatics Association (JAMIA) 1 Year 2007 American Journal of Health-System Pharmacy (AJHP) 1 Year Option Year Three 3001 British Journal of Surgery 1 Year 3002 Endocrinology 1 Year 3003 Physical Therapy 1 Year 3004 Social Work 1 Year 3005 The Journal of Clinical Endocrinology & Metabolism 1 Year 3006 Journal of the American Medical Informatics Association (JAMIA) 1 Year 3007 American Journal of Health-System Pharmacy (AJHP) 1 Year Option Year Four 4001 British Journal of Surgery 1 Year 4002 Endocrinology 1 Year 4003 Physical Therapy 1 Year 4004 Social Work 1 Year 4005 The Journal of Clinical Endocrinology & Metabolism 1 Year 4006 Journal of the American Medical Informatics Association (JAMIA) 1 Year 4007 American Journal of Health-System Pharmacy (AJHP) 1 Year Total Price The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) requires a commercial off the shelf web-based purchase of Oxford Journals Subscription, a purchase that will be made available throughout the VHA healthcare system. See attached SOW SOW Oxford Journals The contract period of performance shall be from the date of award for a base period of 12 months plus four (4) 12-month option years. Due dates for deliverables are detailed in the SOW. Place of Performance/Place of Delivery Address: TBD Postal Code: TBD Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (SEP 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS (a) North American Industry Classification System (NAICS) code and small business size standards are stated in the combined synopsis/solicitation. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number. The time specified in the solicitation for receipt of quotations. (3) The name, address, and telephone number of the quoter. (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (5) Terms of any express warranty. (6) Price and any discount terms. (7) Remit to address, if different than mailing address. (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically). (9) Acknowledgment of Solicitation Amendments. (10) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Late submissions (1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) [Reserved]. (k) Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (SEP 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (SEP. 2023) The following clauses are included as addenda to FAR 52.212-4: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (SEP. 2023) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.217-8 - Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of Contract (MAR 2000) FAR 52.219-6 - Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-28 - Post Award Small Business Program Representation (MAY 2020) FAR 52.222-26 - Equal Opportunity (SEP 2016) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (JUNE 2020) FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (JUNE 2020) FAR 52.222-41 - Service Contract Labor Standards (MAY 2018) FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-55 - Minimum Wages Under Executive Order 13658 (JAN 2022) FAR 52.222-62 - Paid Sick Leave Under Executive Order 13706 (JAN 2022) FAR 52.232-33 - Payment by Electronic Funds Transfer Systems for Award Management (OCTOBER 2018) Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) technical Capability; (2) price. (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. INSTRUCTIONS TO QUOTERS All quoters shall submit the following: one (1) copy of pricing and a technical approach and any material that supports quoter s ability to accomplish, meet or exceed the tasks and deliverables as stated in the SOW. The submission shall be clearly indexed and logically assembled. Each section shall be clearly identified and shall begin at the top of a page. All pages shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The maximum page count for the Offeror s quote shall be 5 pages*. The use of hyperlinks in quotes is prohibited. * A Cover Page, Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that any and all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s quote may not be evaluated by the Government. The quote shall be broken down in the following sections: i. TECHNICAL VOLUME. Offerors shall, demonstrate a clear understanding of all features involved in meeting and supporting the requirements outlined in the Statement of Work (SOW). The Offeror shall clearly and completely address the deliverables in the SOW. Information presented in the technical approach should clearly demonstrate that the Offeror is fully capable and prepared to perform the tasks described in the SOW as well as demonstrate the Offeror s understanding of the requirements and associated risks, as well as the Offeror s mitigation plan for any identified risks. ii. PRICE VOLUME. The Offeror shall submit a firm-fixed price quote for each line item outlined in the appropriate table above. The total price must match the amount provided in the Total Evaluated Price table. The Government requires Offerors to propose unit prices and total prices that are two (2) decimal places and requires the unit prices and total prices to be displayed as two (2) decimal places. Ensure that the two (2) digit unit price multiplied by the item quantity equals the two (2) digit total item price (there should be no rounding). The Government will evaluate proposed prices by adding the Offeror s total proposed price for the base year and all options. Failure to provide a unit price and total amount for each CLIN will render the offer unacceptable. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received no later than 10AM ET, December 11, 2023, via email at Andrew.Allen6@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Andrew Allen, Contract Specialist Andrew.allen6@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e5169f93cd194120b7d8cc19fe36034c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06901426-F 20231206/231204230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.