MODIFICATION
76 -- Notice of Intent to Sole Source to Thomson Reuters for online subscription services
- Notice Date
- 2/11/2015
- Notice Type
- Modification/Amendment
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK15P0048
- Archive Date
- 2/11/2016
- Point of Contact
- Carissa Needham, 309-794-5661
- E-Mail Address
-
USACE District, Rock Island
(carissa.j.needham@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Rock Island District, intends to procure Web of Knowledge including the Science Citation Index Expanded, the Conference Proceedings Citation Index and Journal Citation Report (JCR), to supply Thomson Reuters (Scientific) LLC,, on a sole source basis in accordance with the statutory of 10 U.S.C. 2304(c)(1) as implemented by FAR 13.106-1(b)(1)(i), Purchases not exceeding the simplified acquisition threshold and only one source reasonably available. The US Army Corps of Engineers, Rock Island District, intends to enter into a firm fixed-price contract with Thomson Reuters (Scientific) LLC, 1500 Spring Garden St #4, Philadelphia, PA 19130-4067. The NAICS code for this procurement is 519130 with 500 employee size standard. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any small-business firm that believes it can meet the requirement may give written notification to the Contracting Officer in the form of a capability statement. Supporting evidence in sufficient detail that demonstrates the ability to comply with the requirement listed must be furnished to the point of contact listed below by Thursday, February 12, 2015 at 10:00 AM CT. A determination by the government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The US Army Corps of Engineers, Rock Island District, will not reimburse for any costs connected with supplying sufficient detail to demonstrate the ability to comply with the requirement listed. In order to receive a government award, a firm must be registered in the System award management (SAM) (www.sam.gov). Firms must register on a one-time basis, and annually confirm accuracy and completeness of registration information. Questions and capability statements should be directed to Carissa Needham at 309-794-5661 or Carissa.j.needham@usace.army.mil. The following specifications are required for a vendor in supplying Web of Science journals: a)Online access to the Web of Science databases of journals. b)Furnish support staff for IP modifications and other technical issues pertaining to website/database. c)Supply usage statistics and complimentary articles for material beyond subscribed date range if/when requested. d)Material must be full text, including photographs, images, tables, graphs, etc. e)Newest issue must be available with no time embargoes or schedule delays. f)The government retains archive access to subscribed material. g)Provide access to purchased archive collection (if applicable). h)One (1) website database supplying right of entry. i)All material must be quoted to include delivery to the US Army Corps of Engineers - Rock Island District, 1500 Rock Island Drive, Rock Island, IL, 61201. j)All material must be delivered to the Rock Island District no later than 13 February 2015 and will expire on December 31, 2015. Section 508 Product Requirements -Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK15P0048/listing.html)
- Record
- SN03640412-W 20150213/150211235211-6d34eb64b4ce4a44660fe1aabdb0be4f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |