Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2004 FBO #1021
SOLICITATION NOTICE

R -- XPZ557-Subscription Management Services

Notice Date
9/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Small Purchase Branch, 79 Alexander Drive/Admin. Bldg., Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
RFQ-RT-04-00502
 
Response Due
9/20/2004
 
Archive Date
10/20/2004
 
Point of Contact
Point of Contact, Otelia Newsome, Purchasing Agent, Phone (919) 541-3164
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(newsome.otelia@epa.gov)
 
Description
NAICS Code: 511120 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued. This announcement is a Request for Quotation (RFQ). This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through the September 2001 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 97-27. This acquisition is NOT small business set-aside and the NAICS code is 511120. It is the intent of the Environmental Protection Agency (EPA) to provide subscription management services for the USEPA ORD/NHEERL/ AED Library for the calendar year(s) requested. Services provided shall include, but are not limited to, ordering, servicing, and ensuring delivery of requested annual print and electronic journal subscriptions to domestic and foreign serials/periodicals. The vendor shall serve as a single point of contact with publishers and ensure that AED's library has continued access to print and electronic journals/publications throughout the subscription period, according to the publication sequence of the subscribed journal/periodical, and that there is no interruption in electronic or print subscriptions from one subscription year to the next. The list of journal/periodical titles received will be reviewed annually and the Government may change the mix of titles to include, but are not limited to, additions, cancellations, and change in quantity. Yearly renewal dates of subscriptions is January 1st of each year and the expiration date is December 31st, unless otherwise specified. Award will be made for a base year (January 1, 2005 - December 31, 2005) with options for two (2) successive one-year periods that may be exercised at the option of the Government. The offeror shall provide all qualified personnel, facilities, equipment, and supplies for this subscription management service. The offeror shall designate a Project Manager (PM) to serve as liaison between the Government and the publishers for the duration of the Purchase Order. The PM shall have a minimum of three (3) years experience as a liaison for these types of services. Offerors shall include the Project Manager's position (type and level), specific duties, qualifications and resume. The vendor shall include an explanation of vendor's requirements for adding subscriptions or making changes in quantity, including administrative and other fees charged. The complete Statement of Work (SOW), any amendments, and applicable attachments including a list of publications for this requirement are available to download at EPA's web site: http://www.epa.gov/oam/rtp_cmd. EVALUATION FACTORS FOR AWARD (FAR 52.212-2, Evaluation-Commercial Items applies to this RFQ). I. The Government will make a firm-fixed price award to the responsible offeror(s) whose offer conforms to the solicitation and is most advantageous to the Government, cost or other factors considered. For this effort, all evaluation factors other than cost or price when combined are significantly more important than cost or price. Factor 1 has greater weight than Factor 2. Factor 2 has greater weight than Factor 3. A single award will be made to the offeror that represents the best value to the Government. Selection Criteria: This procurement will be awarded on a "best value" basis per the following evaluation criteria: 1. Demonstrated technical capability of the vendor. Offerors shall document their ability to meet all requirements in the SOW. Offerors shall demonstrate their ability to provide these types of services by providing supporting documentation that indicates both vendor based and subscriber web-based management of subscription services. Offerors shall address how the offeror will ensure consistent and timely processing/handling of all SOW requirements. Discuss demonstrated knowledge, experience, and qualifications that validates offeror's competence and capacity to perform subscription management services. 2. Past Performance. Performance of the offeror on existing and prior (within the past 5 years) contracts/subcontracts/orders for efforts similar to that described in the SOW for this requirement will be evaluated. Proposals shall include a representative list of contracts/subcontracts/orders completed during the past 5 years, and contracts/ subcontracts/orders currently in process, which are similar to this requirement. Work which would be considered similar would be of similar scope, magnitude, and complexity to that which is detailed in the SOW. For each [listed item], include a brief synopsis which includes the date the work was performed, the client (name and telephone number), and a description of the work performed. The offeror is authorized to provide information on problems encountered on identified contracts and the offeror's corrective actions. 3. Proposed Cost. Offerors shall submit a complete cost proposal for all work described in the SOW including a price list for all journals/subscriptions. Prices shall be quoted for a Base Year for which the period of performance is (January 1, 2005 - December 31, 2005) and the two (2) subsequent Option Years. II. This effort includes two(2) twelve-month Option Periods for twenty-four (24) additional months. The same Statement of Work will be used for both the Base Period and the Option Periods. Offerors shall provide a separate price for the Base Period and each of the Option Periods. The effective period of performance for Option Period I shall be January 1, 2006 - December 31, 2006. The effective period of performance for Option Period II shall be January 1, 2007 - December 31, 2007. The basis of evaluation of quotations will be inclusive of the options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of the options shall not obligate the Government to exercise the options. This effort does not include a limitation on the Option price under FAR 17.203(g). The following clauses are hereby incorporated by reference: FAR 52.217-5 Evaluation of Options (JUL 1990), FAR 52.212-1 Instructions to Offerors - Commercial Items (JAN 2004). The following clause in full text applies to this acquisition: FAR 52.217-9 Option to Extend the Term of the Contract (MAR 1989) -(a) The Government may extend the term of this contract by written notice to the Contractor within 45 days before the contract expires; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed thirty-six months. The quoted journal/subscription price shall be for the current list of journal titles/specifications which are posted on EPA's website. All proposals received from responsive and responsible offerors within twelve (12) days from the date of publication of this synopsis will be considered by EPA. Responses must be in writing and must be received in this office by SEPTEMBER 20, 2004 no later than 5:00 P.M., LOCAL PREVAILING TIME. EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. The offeror shall include all information which documents and/or supports the qualification criteria in one clearly marked section of the quotation. Inquiries regarding this procurement may be made to the EPA, RTP Procurement Operations Division (RTPPOD), Mail Code-E105-02, RTP, NC 27711, Attention: Tillie Newsome, on (919) 541-3164. Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR): htm://www.amet.gov/far/. The following clauses and provisions shall apply to this acquisition and may be obtained from the web site: 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2004); 52.212-4, Contract Terms and Conditions - Commercial Items (October 2003); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2004). Please note the following. The Government will only consider, for award, those proposals that satisfy the total requirements of the SOW and each period (Base + Options). Vendors shall forward three (3) copies of the Technical proposal and two copies of the cost proposal to the attention of Tillie Newsome at: For offers being sent via US Postal Service, the following address should be on the package: U.S. Environmental Protection Agency RTP Procurement Operations Division ATTN: Tillie Newsome - XPZ557 Mail Code: E105-02 Research Triangle Park, NC 27411 For offers being sent by an express mail service such as UPS, Federal Express or overnight, the following address should be on the package: U.S. Environmental Protection Agency RTPPOD (Mail Code D143-01) ATTN: Tillie Newsome - XPZ557 4930 Page Road Durham, NC 27703
 
Record
SN00670342-W 20040912/040910213006 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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