|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1998 PSA#2225USDA, ARS, PPD, Contracts Branch, 5601 Sunnyside Avenue, Rm. 3-2126-C,
Beltsville, MD 20775-5100 R -- ACCESS TO WEB SITE OF CURRENT CONTENTS DATABASE, AND CURRENT
CONTENTS CD SOL RFP 02-3K06-99 DUE 120398 POC Contact Lenear
Bassett-King, Contract Specialist at 301-504-1699 E-MAIL: Contact
Lenear Bassett-King, ARS, USDA, lbassett@ars.usda.gov. This is a
combined synopsis/solicitation for commercial items prepared by USDA,
ARS, AFM, PPD, Contracts Branch 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;
proposals are being requested and a written solicitation will not be
issued. (i) This acquisition is to provide web-based access to the
Institute for Scientific Information's (ISI's) Current Contents for
Agency Wide Agricultural Research Service (ARS) Researchers,
Administrators, and Information Professionals; AND an FTP or CD-ROM
version of Current Contents for the National Agricultural Library (NAL)
to provide Selective Dissemination of Information (SDI) services for
the ARS community and for 150 non-ARS-USDA employees. The following
editions of Current Contents are required: Life Sciences; Clinical
Medicine; Engineering, Computing & Technology; Agriculture, Biology &
Environmental Sciences; Physical, Chemical & Earth Sciences; and
Social & Behavioral Sciences. Through this service, the ARS community
will be able to identify relevant research literature using Boolean,
keyword, and/or field delimited search techniques; order the full text
of articles; export records directly into bibliographic management
programs, etc. (ii) The solicitation number is 02-3K06-99; and this
solicitation is issued as a Request For Proposals (RFP). (iii) This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-9, and through the
1996 edition of the Agriculture Acquisition Regulation (AGAR). (iv)
This acquisition is unrestricted -- full and open competition. The
resultant contract will be a firm fixed price contract. (v) The
following contract line items and quantities are solicited at this time
(please provide prices for each line item): (1) ARS Agency Wide
(Researchers, Administrators, Other Professionals, And approx. 150
non-ARS/USDA Users) Desktop Access toWeb-based "Current Contents" for
6 editions -- Life Sciences; Clinical Medicine; Engineering, Computing
& Technology; Agriculture, Biology & Environmental Sciences; Physical,
Chemical & Earth Sciences; Social& Behavioral Sciences. -- CLIN 001A --
Base Period of Performance, 12 Months (January 1, 1999 -- December 31,
1999). -- CLIN 002A -- Option Year I Period of Performance, 12 Months
(January 1, 2000 -- December 31, 2000). -- CLIN 003A -Option Year II
Period of Performance, 12 Months (January 1, 2001 -- December 31,
2001). -- CLIN 004A -Option Year III Period of Performance, 12 Months
(January 1, 2002 -- December 31, 2002). -- CLIN 005A -- Option Year IV
Period of Performance, 12 Months (January 1, 2003 -- December 31,
2003). (2) Local batch search capabilities using FTP'd files or CD-ROM
versions of Current Contents editions: Life Sciences; Clinical
Medicine; Engineering, Computing & Technology; Agriculture, Biology &
Environmental Sciences; Physical, Chemical & Earth Sciences; and Social
& Behavioral Sciences for NAL's SDI service. -- CLIN 001B -- Base
Period of Performance, 12 Months (January 1, 1999 -- December 31,
1999). -- CLIN 002B -- Option I Period of Performance, 12 Months
(January 1, 2000 -- December 31, 2000). -- CLIN 003B -- Option II
Period of Performance, 12 Months (January 1, 2001 -- December 31,
2001). -- CLIN 004B -- Option III Period of Performance, 12 Months
(January 1, 2002 -- December 31, 2002). -- CLIN 005B -- Option IV
Period of Performance, 12 Months (January 1, 2003 -- December 31,
2003). (3) Document delivery -- per page costs to be charged back to
requestor. -- CLIN 001C -- Base Period of Performance, 12 Months
(January 1, 1999 -- December 31, 1999). -- CLIN 002C -- Option I Period
of Performance, 12 Months (January 1, 2000 -- December 31, 2000). --
CLIN 003C -- Option II Period of Performance, 12 Months (January 1,
2001 -- December 31, 2001). -- CLIN 004C -- Option III Period of
Performance, 12 Months (January 1, 2002 -- December 31, 2002). -- CLIN
005C -- Option IV Period of Performance, 12 Months (January 1, 2003 --
December 31, 2003). (4) Help Desk and Customer Support (24 Hours/Day,
If Available. If not, available 24 Hours/Day, please specify hours of
availability). -- CLIN 001D -- Base Period of Performance, 12 Months
(January 1, 1999 -- December 31, 1999). -- CLIN 002D -- Option I Period
of Performance, 12 Months (January 1, 2000 -- December 31, 2000). --
CLIN 003D -- Option II Period of Performance, 12 Months (January 1,
2001 -- December 31, 2001). -- CLIN 004D -- Option III Period of
Performance, 12 Months (January 1, 2002 -- December 31, 2002). -- CLIN
005D -- Option IV Period of Performance, 12 Months (January 1, 2003 --
December 31, 2003). (5) Satellite broadcast training session. -- CLIN
001E -- Base Period of Performance, 2 Hours, Must Be Completed in 1st
Quarter 1999 (January 1, 1999 -- March 31, 1999). (6) On-site training
for information professionals. -- CLIN 001F -- Base Period of
Performance, 1 Day, Must Be Completed in 1st Quarter 1999 (January 1,
1999 -- March 31, 1999). (7) On-site training for designated ARS
researchers. -- CLIN 001G -- Base Period of Performance, 1 Day, Must Be
Completed in 1st Quarter 1999 (January 1, 1999 -- March 31, 1999). (vi)
The specific objective of this requirement is to provide "Current
Contents" via the web to users, while continuing the SDI services
offered through NAL using Current Contents on CD-ROM or from FTP'd
files. The required editions of Current Contents are listed in the
Description of services below. "Current Contents" will be integrated
into the complete research process -- identifying relevant research
literature using Boolean logic, keyword, and/or field delimited search
techniques; ordering the full text of articles; exporting records
directly into bibliographic management programs, etc. The following is
a Description of the services required to be performed: --
Independently, and not as an agent of the Government, the Contractor
shall furnish all necessary labor, materials, supplies, equipment, and
services (except as otherwise specified herein) and perform the work
set forth below. -- All work under this contract shall be monitored by
the Project Officer, whose position is defined elsewhere in this
solicitation. -- ARS-wide web-based access to the on-line version of
"Current Contents" for authorized users which include approximately
3,000 ARS scientists, administrators, and information professionals;
about 150 non-ARS/USDA employees; and walk-in patrons at ARS libraries,
information centers, and the National Agricultural Library (NAL). For
the provision of SDI services through NAL for ARS and select
non-ARS/USDA employees, the contractor shall also provide a CD-ROM of
"Current Contents" to be located at NAL and/or the ability to download
weekly update filesfrom an FTP server. NAL must be able to use saved
search profiles constructed using sophisticated Boolean, keyword, and
field delimited search techniques to conduct batch searching on these
files. -- Site-wide (ARS and the non-ARS/USDA employees), connectivity
to web-based interactive searching of Current Contents
multi-disciplinary editions including: (1) Life Sciences; (2) Clinical
Medicine; (3) Engineering, Computing & Technology; (4) Agriculture,
Biology & Environmental Sciences; (5) Physical, Chemical & Earth
Sciences; and (6) Social & Behavioral Sciences. -- Batch searching
capabilities using FTP'd files or CD-ROM versions of Current Contents
editions: (1) Life Sciences; (2) Clinical Medicine; (3) Engineering,
Computing & Technology; (4) Agriculture, Biology & Environmental
Sciences; (5) Physical Chemical & Earth Sciences; and (6) Social &
Behavioral Sciences, so that the NAL can provide mediated selective
dissemination of information services for ARS' researchers,
administrators, and information professionals, and the non-ARS/USDA
employees. NAL must be able to use saved search profiles constructed
using sophisticated Boolean, keyword, and field delimited search
techniques to conduct the batch searching. -- The ability to create,
save, and modify search profiles in both the Web- and CD-ROM based
versions of the above mentioned Current Contents editions. -- The
ability to scan the table of contents of specific journal titles as
well as journals within a predefined subject area. -- The ability to
request articles or reprints of articles from the authors, journals, or
through the contractor. Costs associated with this activity are to be
charged back to the requester. -- The ability to select the time period
to search: the latest week of data, the latest six months, or the full
extended file (back files up to or over 2 years). -- The ability to
export records into bibliographic management software packages such as
Reference Manager and ProCite, e-mail systems, electronic request
systems, etc. -- User authentication is to be done through user name
and password. Web-based database usage must be tracked and reported to
the project manager as mutually agreed upon by ARS and the contractor.
The mechanism for tracking by sub-accounts or by user group is to be
mutually agreed upon by ARS and the contractor and may be user
authentication driven. -- An additional 150-user license to accommodate
non-ARS-USDA employees. -- Contractor-based training including: a
satellite broadcast for ARS staff nationwide, to be video-recorded for
future use; and two workshops in the Washington, DC metropolitan area
-- one geared toward ARS information professionals and the other for
ARS researchers. The training sessions must be designed to meet the
needs of each group and include issues of efficient and effective
search strategy development as well as use of the different searching
resources available through the various search software interfaces. The
training must alsoinclude database demonstrations and must cover
database content, specific fields, points of access and search
techniques. -- The contractor must provide a unlimited 24 Hour/Day help
desk and customer support for both technical and search and retrieval
related issues. (vii) In accordance with AGAR 452.246-70, Inspection
and Acceptance (Feb 1998), the Project Officer is Claudia Weston, Head,
Information Management Branch. Inspection and Acceptance will be
performed by the Project Officer at the following location: National
Agricultural Library, Room 013, 10301 Baltimore Avenue, Beltsville, MD
20705-2326. (viii) Provision 52.212-1, Instructions to Offerors --
Commercial, applies to this acquisition, and there are no addenda to
this provision. (ix) Provision 52.212-2 Evaluation -- Commercial Items,
will be used for this acquisition. Also, evaluation will be conducted
in accordance with FAR Part 13.5. The BASIS OF EVALUATION is as
follows: Award shall be made to the responsible offeror whose offer
conforms to the solicitation and offers the lowest fair and reasonable
price. In accordance with the provision 52.212-2, Options will be
evaluated. Award will be made to the Offeror offering the lowest
reasonable price, which is technically acceptable in accordance with
the requirements of this solicitation. In accordance with FAR 15.304,
satisfactory past performance will be used as part of the determination
of Contractor responsibility and in the evaluation (See Format For
REFERENCE SUBMISSION below). Past performance will be rated on a pass
or fail basis. Technical Acceptance will be based on Contractor's
ability to meet the technical requirements included in this
synopsis/solicitation, as shown in the offer. Technical acceptability
will be rated on a pass or fail basis. Again, award will be made to the
offeror who offers the lowest total price, whose price is determined
technically acceptable, with an acceptable past performance record. The
Government reserves the right to award without discussions. (x)
Offerors are required to include a completed copy of Provision
52.212-3, Offeror Representations and Certification -- Commercial Items
with the offer. (xi) Provisions 52.212-4, Contract Terms and Conditions
-- Commercial Items and 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
apply to this acquisition. The following additional FAR Clauses apply
under this provision: 52.203-6, Restrictions on Subcontractor Sales to
the Government, Alt I, 52.219-8 Utilization of Small Business Concerns
and Small Disadvantaged Business Concerns, 52.219-9, Small, Small
Disadvantaged and Women-Owned Small Business Subcontracting Plan,
52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era, 52.222-36,
Affirmative Action for Workers with Disabilities, 52.222-37, Employment
Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3,
Buy American Act -- Supplies, 52.225-9, Buy American Act -- Trade
Agreements Act -- Balance of Payments Program. To receive copies of any
provision listed, or applicable, please notify the point of contact as
shown in No. 11. Offerors are requested to submit their offers,
including all necessary information to evaluate ability to meet the
requirement to the address listed in No. 7. In addition, verification
of past performance is required -- Offerors must submit 3 verifiable
references for the same or similar commercial items. Provide name,
title, address, telephone number, contract number (or other
identifier), and contract value. OFFERS ARE DUE BY 3:00 P.M.,EASTERN
STANDARD TIME, DECEMBER 3, 1998, at the address shown in No. 7 of this
synopsis. Please indicate solicitation number RFP 02-3K06-99 on all
offers. Posted 11/17/98 (W-SN272267). (0321) Loren Data Corp. http://www.ld.com (SYN# 0097 19981119\R-0012.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|