SOURCES SOUGHT
76 -- Stephen B. Thacker Center for Disease Control and Prevention (CDC)Library - Library Subscription Services
- Notice Date
- 8/11/2015
- Notice Type
- Sources Sought
- NAICS
- 511120
— Periodical Publishers
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2015-N-17602
- Archive Date
- 9/1/2015
- Point of Contact
- Sherrie A. Blackmon, Phone: 7704882925
- E-Mail Address
-
kuj1@cdc.gov
(kuj1@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- Introduction: This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The CDC Procurement and Grants Office (PGO) has developed this Sources Sought Notice as a means of conducted market research for the procurement of commercial periodical publication services to include and renewing all orders in any of the following formats: print, print plus online, or online only in accordance with FAR Part 12. Background. As a part of the US Department of Health and Human Services (HHS), the Centers for Disease Control and Prevention (CDC) help protect the health of all Americans. The CDC serves to promote health and safety and protect the public from health, safety, and security threats. CDC conducts critical science and provides health information to best protect and serve the nation's communities. The CDC's Center for Surveillance, Epidemiology and Laboratory Services (CSELS), Division for Public Health Information Dissemination (DPHID), Office of Epidemiology, Analysis and Library Services (OPHSS), Library Sciences Branch also known as the Stephen B. Thacker CDC Public Health Library (CDC Library) responsible for delivering credible, timely information from scientific and health literature to CDC scientists by making available knowledge resources, publications, and reference and research services. To fulfill the mission as the nation's principal disease prevention and health promotion agency, the Center for Disease Control and Prevention (CDC) must collect, manage, and interpret data. This is accomplished by providing Library Support Services and electronic access to all CDC staff though a secure access network managed by IP authentication. The CDC Library consists of a network of 6 libraries with 5 receiving locations: the Main Library at the Roybal Campus, and library branches located at Pittsburgh PA, Morgantown WV, Spokane WA, and two branches at Cincinnati OH. The CDC Library supports all library resouces with information needs, including access to journals, books and databases for all CDC staff. The proposed work is for the ordering and renewal of library resources for the CDC Library including access to journal literature and other electronic resources, of all CDC staff including employees, on-site contractors, fellows, and other staff. Staff with access to the CDC Intranet can access resources via IP authentication. Purpose and Objectives. The CDC Library supports the information needs, including access to journal literature and other electronic resources, of all CDC staff. The objective of the proposed work is to consolidate orders whether for print or for electronic content from various publishers, previously purchased through other procurement methods to one all-encompassing contract for the CDC Library network of 6 libraries. Project Requirements. The contractor will possess the following intellectual and technical capabilities: 1. Subscription Management System: The web-based system should contain metadata records for all biomedical journals and databases common to a large biomedical research organization. The web-based system should be available to customers 24/7 with at least a 99% average reliability. The offeror should have title records for at least 85% of all titles listed in the RFP title list. The system should be a user-friendly dashboard with multiple account levels (and unlimited local accounts) should be available to support subscription management and collection development needs. This system must have complete metadata on all journals considered for acquisition (if a title is not in the agent's database, it must be added within 2 days of order or request for quote). Complete data includes: title, publisher, ISSN, EISSN, country of publication, publication frequency, subscription period, subscription package name, available formats, volume, price, percentage increase in price from past year, invoice-item number/date, bill-to address, ship-to address for print, account number charged, customer subscriber number (assigned by publisher). Restrictions or terms for institutional subscriptions clearly stated - e.g. online available only if purchased with print and the ability to provide subscription status. Additionally, the contractor's Subscription Management Systems will have the following: 2. Subscription Services: Ability to accept and pay any information provider invoices within two weeks of receipt on behalf of customer, whether or not the resource is subscribed to through the agent; and invoice customer within one week of payment to publisher. Traditional subscription agent services including working with publishers to obtain current prices for a list of publications, obtaining the CDC Library's proper invoices and paying those invoices after customer approval. Ability to verify payment of invoices with information provider/publisher to the correct CDC account within 48 hours of subscription agent payment. Ability to handle separate ship to addresses, sending print issues to the respective library location. Maintain records and provide reporting to show the amount spent, amount projected, and balance/deficit for each subscription account in the system. Variety of alerts and email reports to notify customer of changes to subscription mix including, but not limited to, changes in format, publisher, price increases above a pre-defined threshold, or discontinued titles. Ability to send customized messages to publishers meeting a specific selection criteria (identified by CDC Library) or to all publishers on an as needed basis. Maintain a current database of publisher point of contact information that can be used for alerting and renewal correspondence. Customer service agent who has the authority to resolve problems arising in the CDC Library's account. The representative or an alternate must be available Monday through Friday from 9:00 am to 5:00 pm EST/EDT. S/he must be available for site visits, as well as by telephone or e-mail to resolve problems and provide updates. Responses are expected within two business days. Technical support for access issues and questions related to electronic resources. This should include a same-business-day acknowledgment and resolution to most problems within 48 hours. Ability to accept orders for new subscriptions at any time during the year. Publisher permitting, renewed subscriptions should be active on a calendar year (January through December) basis. Use of standard currency conversion rates when processing invoices in foreign currency. If rate used on invoice to customer differs markedly from rate found using a standard online converter, a clear explanation must be provided. 3. Professional Services: Professional quality and technical accuracy with reports, orders, and support coordination of all facets of work covering subscription ordering, listings, computer processing and invoicing. Notify the publisher within 10 working days when customer change of address occurs. At no additional cost, place rush orders within 24 hours of receipt. If the publisher will not accept the order without prior payment, the Contractor will send out such payment within that same 24 hour period. Provide the following standard reports digitally by e-mail or via download through the online system: • Subscription Comparison Price Index Report. • Renewal Report. • Regular Title Updates. Specific Tasks to be Performed: (a) purchase new and renewal library resources, (b) provide a customer service representative to resolve problems that may arise with the CDC account, (c) pay publisher invoices at any time during the year within two weeks of receipt, and (d) provide access to resources through a web-based interface and integrate with the current CDC systems and comply with applicable security regulations. Anticipated period of performance. The anticipated Period of Performance will be 12 months with four 12 month options. The delivery will vary depending on the type of resource being ordered. Journals (print as well as electronic) run on the calendar year (January 1 - December 31) but databases and electronic books will run for 12 months from the date of order with the majority of purchases occurring in the first quarter of the fiscal year. Potential vendors must have an active registration in the System for Award Management (SAM) in order to be eligible for award. Capability statement /information sought. The information requested below is the only information the government will review in response to this sources sought notice. Therefore, please explain, in detail, your experience, knowledge and ability to provide the following: i. Opinion about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; ii. Information regarding your firms staff expertise, including availability, experience, formal training and current in-house capability and capacity to peform the work; iii. General capability [general information and technical background describing your firm's experience in contracts requiring similar effort to include a summary of relevant (multiple trade, multiple projects) performance history of no more than five (5) contracts, including current projects and projects held within the last three (3) years (identified by customer, contract number, project title, project location(s), performance dates, yearly and total dollar amount, Contracting Officer or contract administration points of contact with telephone numbers, and in what capacity performed (e.g. prime or subcontractor)]; Submission Instructions: Please include a cover page with the following business information: a) DUNS: b) Organization name and address c) Do you have a Government approved accounting system? If so, please identify the agency that approved the system. d) Business size and type of business, (e. g., small business, 8(a), woman owned, veteran owned, etc.) pursuant to the applicable NAICS code 511120 - Periodical Publishers with an associated size standard of 500 employees. e) Point of Contact, phone, fax and email address of individuals who can verify the demonstrated capabilities identified in the response. f) Can this acquisition be purchased through GSA? If so, which GSA schedule do you recommend? Page Limitation: Capability Statements will be provided in writing and limited to 8 single-spaced pages excluding cover page. Pages will be formatted as follows: MS Word, 8 ½ x 11, 12 pitch, Times New Roman font with one (1) inch margins. The Government will not accept oral presentations of capability statements. Response Due Date: Interested contractors may provide the above information via e-mail to Sherrie A. Blackmon, Contract Specialist at kuj1@cdc.gov. Should you have any questions concerning this sources sought, please direct your questions in writing directly to the Contracting Officer, Ms. Vallerie Redd at gfj3@cdc.gov. The Government will not respond to questions not presented in writing. Responses must be submitted not later than 2:30 pm, Eastern Standard Time (EST) by17 August 2015. Capability statements will NOT be accepted after the due date. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2015-N-17602/listing.html)
- Record
- SN03833802-W 20150813/150812000542-aa8cbd89471b2f101701456ad547a700 (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 |