COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26, 2001 PSA #2775
SOLICITATIONS
T -- ELECTRONIC SUBSCRIPTIONS TO BIOMEDICAL JOURNALS
- Notice Date
- January 24, 2001
- Contracting Office
- Directorate of Contracting, Uniformed Services University of the Health Sciences, Rm A1040c, 4301 Jones Bridge Road, Bethesda MD 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- MDA905-01-Q-0014
- Response Due
- February 21, 2001
- Point of Contact
- Kris Trump, 301-295-3127, FAX: 301-295-1716
- Description
- The Uniformed Services University of the Health Sciences (USUHS), the Department of Defense Medical School and Health Sciences University, intends to award on a sole source basis, a contract to Ovid Technologies, Inc., Sandy, UT, for the full text medical journal subscriptions for one year on the internet, Ovid Biomedical Collection: The American Journal (AJ) of Medicine, The AJ of Obstetrics & Gynecology, the AJ of Surgery, The Annals of Internal Medicine, The Archives of General Psychiatry, The British Medical Journal, The Canadian Medical Assoc. Journal Circulation, The Journal of the American Medical Association, The Journal of Bone and Joint Surgery (American Volume),The Journal of Clinical Investigation, the New England Journal of Medicine, Pediatrics, Science, AJ of Cardiology, AJ of Psychiatry, Archives of Internal Medicine, Archives o f Neurology, Archives of Surgery, Arteriosclerosis, Thrombosis and Vascular Biology, British Journal of Surgery, Circulation Research, Fertility and Sterility, Gut, Journal of Pediatrics, Mayo Clinic Proceedings, Medicine, QJM: Monthly Journal of the Association of Physicians, Thorax, AJ of Public Health, Anesthesiology, Archives of Dermatology, Archives of Ophthalmology, Heart (formerly the British Heart Journal), British Journal of Haematology, Chest, Diabetes, Hypertension, Journal Clinical Pathology (with Clinical Molecular Pathology), Journal of Neurology, Neurosurgery & Psychiatry, Journal of Urology, Nature, Obstetrical & Gynecological Survey, Stoke, AJ of Health-System Pharmacy, Anesthesia & Analgesia, Annals of the Rheumatic Diseases, Archives of Diseases in Childhood, Archives of Family Medicine, Archives of Otolaryngology, Archives of Pediatrics & Adolescent Medicine, Critical Care Medicine, Diabetes Care, Genitourinary Medicine (1995-1997), Journal of the American Board of Family Practice, Journal Bone & Joint Surgery, British Volume, Journal of Medical Genetics, Journal of Trauma, Occupational and Environmental Medicine, Sexually Transmitted Infections (formerly Genitourinary Medicine). This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 the Federal Acquisition Regulation (FAR) part 12, Commercial Acquisitions and FAR part 13.5 supplemented with additional information included in this notice. This announcement constitutes the solicitation; proposals are being requested and a written solicitation will not be issued. The provisions and clauses in the RFP are those in effect through FAC 97-21. Questions may be submitted via mail to the address above or via fax at (301) 295-1716. All written questions received will be answered in writing and transmitted to all offeror's via an amendment to the solicitation. DELIVERABLES: The service shall be fully accessible from the USUHS, Bethesda, MD 20814-4799, through the Internet. The Contractor shall also perform verification testing and provide technical support. Installation shall be completed within 15 days after delivery to USUHS and is to be coordinated with the COR (to be named at time of award). WARRANTY: A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors -- Commercial Items applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, prior to an award. Facsimile offers are acceptable. Offers may be faxed to (301) 295-1716. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414. See Note 22
- Record
- Loren Data Corp. 20010126/TSOL004.HTM (W-024 SN50B6Q3)
| T - Photographic, Mapping, Printing and Publication Services Index
|
Issue Index |
Created on January 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|