|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1997 PSA#198581 CONS/LGCS, 200 Fifth Street, Suite 103, Keesler AFB MS 39534-2104 70 -- OVID ON-LINE SYSTEM SOL f22600-98-T0237 DUE 121597 POC
Margarette Trone, tel: 228-377-1841 or Joy K. Bissonnette, tel:
228-377-3130 This is a sole source combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR subpart
12.6, and the Simplified Acquisition Procedures set forth in FAR
Subpart 13.6, Test Program for Certain Commercial Items, as
supplemented with additional information included in this notice. This
noncompetitive action will be processed in accordance with provisions
of FAR 6.301-1 (Only One Responsible Source and No Other Supplies or
Services will Satisfy Agency Requirements). This announcement
constitutes the only solicitation, a quote is being requested and a
written solicitation will not be issued. Solicitation number
F22600-98-T0237 is issued as a Request for Quotation (RFQ). The
standard classification code is 5045, small business size is 100
employees. The incorporated document and provisions and clauses are
those in effect through Federal Acquisition Circular 97-02 as if stated
in full text. This document also serves as a notice of the Government's
intent to negotiate with Ovid Technologies Inc, Chrisitansburg, VA, on
a noncompetitive basis for the procurement of: one (1) each Ovid
On-Line System via Internet Access. This package is for access to the
Ovid on-line system using the Ovid Web Gateway, the Ovid JAVA Client,
and the VT-100 Client. This package is a 20 user package. Access fees:
20 concurrent users; MEDLINE 20 users-1966 to present-updated weekly;
HEALTHSTAR 10 users-1975 to present, updated monthly; CANCERLIT 10
users-1983 to present, updated monthly; BIOETHICSLINE 10 users-1976 to
present, updated quarterly; AIDSLINE 10 users-1980 to present, update
quarterly; All 6 Ovid full text collections-84 Biomedical Journals, 5
users each collection; CINAHL 10 users-1982 to present, updated
monthly; PSYCINFO-Site License: Front File (1984 to present) Back File
(1967-1983) One Time Cost. Mfgr: Ovid Technologies Inc is the only
known company that can provide the required items. Delivery terms shall
be FOB Destination, to Keesler AFB, MS. Delivery period one (1) year
after award of contract. Inspection and acceptance shall be made at
destination. The following clauses and provisions are incorporated and
will remain in full force in any resultant contract: FAR 52.212-1,
Instructions to Offerors-Commercial Items (Jun 1997), is incorporated
by reference and applies to this acquisition and is amended to read,
submit signed and dated offers to 81 CONS/LGCS, 200 Fifth St., Room
104, Keesler AFB, MS 39534-2101, at or before 3:30 p.m. CST, 15 Dec 97.
Quote to include: (1) cost for one basic year and two option years (2)
the name, address, point of contact and telephone number of the
offeror, (3) discount terms, (4) remit to address if different from
mailing address, (5) Cage code and a completed copy of the provision at
FAR 52.212-3, Offeror Representations and Certifications-Commercial
Items (Jan 1997). Offers must be signed and may be submitted on your
company letterhead or stationary, or your standard company quotation
forms. FAR clauses 52.217-5, Evaluation of Options and 52.217-9 Option
to Extend the Term of the Contract are incorporated by reference. The
provision 52.212-2 Evaluation-Commercial Items (Oct 1997) is
incorporated by reference. The government intends to award a contract
without discussion to the responsible offeror whose quotation
conforming to the solicitation will be most advantageous to the
Government, price and past performance equally considered. FAR 52.212-4
Contract Terms and Conditions-Commercial Items (May 1997) is
incorporated by reference and applies to this acquisition. The clause
at 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items (Aug 1996) is
incorporated by reference, however for paragraph (b) only the following
clauses apply: 52.203-6 Restrictions on Subcontractor Sales to the
Government, with Alternate I, 52.203-10 Price or Fee Adjustment for
Illegal or Improper Activity, 52.219-8 Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns, 52.222-26 Equal
Opportunity; 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped
Workers; 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era. FAR 52.225-3 Buy American Act-Supplies;
and 52.232-33 Mandatory Information for Electronic Funds Transfer
Payment are incorporated by reference. The contractor shall extend to
the Government full coverage of any standard commercial warranty
normally offered in a similar commercial sale. Acceptance of the
warranty does not waive the Government's right with regard to the other
terms and conditions of the contract. In the event of a conflict, the
terms and conditions of the contract shall take precedence over the
warranty. The warranty period shall begin upon final acceptance of the
items listed in the schedule. The Government anticipates an award date
of 23 Dec 97. This is a DO rated order with a program identification
symbol of A7. All questions concerning this RFQ must be submitted in
writing, no telephonic responses will be processed. Questions should be
faxed to Miss Margarette Trone and addressed to 81 CONS/LGCS, FAX No.
228-377-3298 to arrive not later than 09 Dec 97. See Note 22. (0336) Loren Data Corp. http://www.ld.com (SYN# 0232 19971204\70-0010.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|