COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18, 2000 PSA #2708
SOLICITATIONS
D -- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ONLINE SEARCHABLE DATABASES
- Notice Date
- October 16, 2000
- Contracting Office
- Space and Naval Warfare Systems Command, 4301 Pacific Highway, San Diego, CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039-01-R-3106
- Response Due
- October 31, 2000
- Point of Contact
- Heidi Radaford, 619-524-7386
- E-Mail Address
- For more information, contact the Contract Specialist (radaford@spawar.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 of the FAR, 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. This solicitation document incorporates all provisions and clauses in effect through Federal Acquisition Circular 97-11. The solicitation number is N00039-01-R-3106 and is being issued, on 16 October 2000, as a Request for Proposals. Only written offers received by 31 October 2000 in accordance with this solicitation will receive consideration and responses must convey the ability of the offeror to meet the stated requirements. This Request for Proposal (RFP) is for the procurement of on-line access for subscriptions to several databases listed below by LOTs. Offerors are encouraged to submit proposals for one or more LOTs, which must be submitted as separate, independent proposals, as only those offerors submitting proposals for each LOT will be awarded. An offeror may be awarded a contract for more than one LOT. Any savings (administrative or otherwise) associated with awarding more than one LOT should be specifically identified. The requirement is for the most comprehensive and complete searchable databases available with global coverage providing indexing, abstracts, and full-text and image formats of magazines and periodicals in six subject matter LOTs. The most extensive back-file of full-text and image, as well as abstracting and indexing information, is also required for each database. Note: For LOT I, options for two levels of coverage are required: a) Most comprehensive database package available for the subject matter specified; b) A mid-level package containing core sources for the subject matter specified. LOT I. Business, economics and management sciences, news and current affairs, including competitive and product information extending back at least twenty years with daily updates to provide the most timely access to the weekly and daily publications covered in the database. The most extensive coverage with full image as well as text is required to fully convey technical graphics (charts, diagrams, equations, pictures, etc.) typically found in the business, economics, and management sciences literature. -- a) Comprehensive Package Site: 1 -- b) Mid-Level Package Sites: 2, 3, 4, and 7 LOT II. Multi- and interdisciplinary areas of applied science, engineering and technology with coverage extending back at least seven years to date with daily updates to provide the most timely access to publications in these subject areas. Subject areas covered must include aeronautics, chemical engineering, mechanical engineering, nuclear engineering, optical technology, and transportation, as well as other areas of applied sciences. The most extensive coverage with full image, as well as text, is required to fully convey technical graphics (charts, diagrams, formulae, pictures, etc.) typically found in applied science and technology magazines. -- Site: 1 LOT III. Computers and computing engineering and technology with coverage extending back a minimum of ten years to date and that is updated daily to provide the most timely access, including to the weekly and daily publications covered in the database. The most extensive coverage with full image, as well as text, is required to fully convey technical graphics. -- Sites: 1, 3, and 7 LOT IV. Telecommunications technologies with coverage extending back a minimum of eight years to date and that is updated daily to provide the most timely access, including to the weekly and daily publications covered in the database. The most extensive coverage with full image, as well as text, is required to fully convey technical graphics. -- Sites: 1, 3, and 7 LOT V. A comprehensive database of general reading and information periodicals complemented by major business, academic, and current affairs publications and newspapers with coverage extending back at least ten years is required. The most extensive coverage with full-image, in addition to abstracts, indexing, and full-text, is required in order to fully convey illustrative data, graphics, and photographs. Coverage of the New York Times and the Wall Street Journal are essential. -- Sites: 1, 5, and 6 LOT VI. Military and naval news, affairs and developments with coverage extending back a minimum of twelve years to date and that is updated weekly to provide timely access, to many key periodicals of Navy interest, including Sea Power, Naval Aviation News, Naval War College Review, Naval Forces, Leatherneck, and the United States Naval Institute Proceedings to provide comprehensive coverage required in military and naval affairs. The most extensive coverage with full-image, in addition to abstracts, indexing, and full-text, is required in order to convey illustrative material and photographs. -- Sites: 1, 2, 3, 4, 5, 6, and 7 The proposal shall be accompanied by a letter of transmittal and signed by an individual authorized to commit the company to the proposal. The cover letter shall identify all enclosures being transmitted as part of the proposal. The letter shall reference the RFP number and acknowledge that it transmits an offer for LOT I, LOT II, LOT III, LOT IV, LOT V, or LOT VI in response to the RFP. It shall state Commercial and Government Entity (CAGE) number, and that the proposal is valid for 60 days after date of submission. Note: If the offeror does not have a CAGE Code, it may apply for one at www.ccr.dlsc.dla.mil. Do not delay submission of the offer pending receipt of a CAGE Code. Award decisions will be based on a competitive selection of proposals resulting from the technical evaluation and the Contract Negotiator's best value analysis and not cost alone. SPAWAR reserves the right to award to other than lowest cost. A 2-year (one year base period of performance with one year option), Firm Fixed Price contract issued under the provisions of FAR Part 12 is expected to result from this synopsis. This procurement will provide unlimited online access for desktop users via the World Wide Web for the following Naval organizations (including their subsidiary sites): Site 1: Naval Postgraduate School, Monterey, CA Site 2: Naval Air Warfare Center/Weapons Division, China Lake, CA Site 3: Naval Surface Warfare Center, Dahlgren Division, Dahlgren, VA Site 4: Space and Naval Warfare Systems Center, San Diego, CA Site 5: Naval Academy, Annapolis, MD Site 6: Naval Station, Puerto Rico Site 7: Naval Air Warfare Center/Aircraft Division, Patuxent River, MD Evaluated Requirements The following requirements will be evaluated by the Government and are of equal level of importance to one another: 1) Unlimited access via the Internet by seven (7) Naval sites to the databases listed above. 2) Access must be made available to each site with choice of access and authentication option via IP address or password/ID; the vendor will supply blind login scripts. 3) The vendor must provide monthly cumulative and site usage statistics by site to the Naval focal point, to be determined at time of award. 4) The vendor must provide system downtime warning and re-instatement information in a timely manner, as well as provide a technical point of contact for the Naval focal point for answering access questions and resolving problems. 5) The vendor must provide distribution copies of its printed publicity and marketing materials, tip-sheets, training videos, etc. for each Naval site; and no-cost user training if available as a standard option or reduced cost training options via various means, e.g., on-site, telephone, etc., if not provided as a part of standard subscription. Evaluation Ratings The following evaluation ratings will be utilized in rating the requirements cited above: Outstanding Excellent, responsive description/detail to evaluation factor. Exceeds requirements in a beneficial way to the Navy and has no significant weaknesses. Good Better than adequate, responsive description/detail to evaluation factor. Meets requirements and minimal deficiencies are readily correctable. Acceptable Adequate, responsive description/detail to evaluation factor; any deficiencies are readily correctable. Poor Fails to meet evaluation factor; however, deficiencies are correctable. Unacceptable Fails to meet evaluation factor and deficiency is uncorrectable without major revisions of proposal. The projected period of performance will be from 1 December 2000 through 30 November 2001. The projected period of performance for the Option Year is 1 December 2001 through 30 November 2002, if exercised. Any interested vendors are required to submit their proposals to include capability of meeting the above requirement and cost breakout by site by 31 October 2000 via email to radaford@spawar.navy.mil or mail at SPAWAR, Attn: Heidi Radaford, Code 0231P, 4301 Pacific Highway, San Diego, Ca 92110.
- Record
- Loren Data Corp. 20001018/DSOL001.HTM (W-290 SN5043V3)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on October 16, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|