Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
SOLICITATION NOTICE

R -- Copy of 36C776-20-AP-1762 TO4 Lippincott Williams and Wilkins (LWW) Total Access Subscription against Library IDIQ (VA-20-00039490)

Notice Date
9/3/2020 1:15:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77620Q0162
 
Response Due
9/14/2020 7:00:00 AM
 
Archive Date
10/14/2020
 
Point of Contact
Adeitra Jimmison, Contract Specialist, Phone: 216.447.8300 x3606
 
E-Mail Address
Adeitra.Jimmison@va.gov
(Adeitra.Jimmison@va.gov)
 
Awardee
null
 
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Original Date: 10/12/17 Revision 04 Date: 06/10/20 Page 11 of 11 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-08. This solicitation is set-aside for Full and Open competition The associated North American Industrial Classification System (NAICS) code for this procurement is 519130, with a size standard of 1000 Employees. The FSC/PSC is D317. The Library Network Office (LNO), Office of Health Informatics (10A7B), 810 Vermont Ave, NW Washington, DC 20420 is seeking to purchase an existing commercial off the shelf web based product named Lippincott Williams and Wilkins (LWW) Total Access Collection Subscription that will be made available throughout the VA healthcare system. All interested companies shall provide quotations for the following: Base Year 9-28-2020 thru 9-27-2021 Item Number SLIN Description Quantity Unit of Measure Unit Price Item Discount Type Name 1000 Annals of the Rheumatic Diseases-Online- Multi-Site License 12 mo Percent 1001 BMJ-British Medical Journal Online Multiple Site Access for US Institutions 12 Mo Percent 1002 BMJ Quality and Safety Online Site License for Hospitals For US 12 Mo Percent 1003 British Journal of Ophthalmology Online Site License for Hospital For US 12 Mo Percent 1004 Journal of Neurology Neurosurgery & Psychiatry-Online-Site License for Hospitals 12 Mo Percent 1005 Postgraduate Medical Journal-Online-Site License for Hospitals 12 Mo Percent 1006 LWW Total Access Collection List 12 Mo Percent The web-based version of the LWW Total Access Collection Subscription providing the following: Unlimited enterprise-wide access with no geographic or concurrent user limitations Content in both HTML and PDF formats Access to online-only supplements and images Detailed usage reports The desired goals of the nationwide provision of a commercial LWW Total Access Collection Subscription are as follows: Providing access nationwide to standard knowledge based clinical information resources will build on the enterprise wide availability of knowledge-based resources available in the VHA National Core Collection of Online Resources. Negotiating one license/contract to decrease the current contracting and reviewing efforts that are required at the facility and/or VISN level and thereby avoid the costs and workload associated with multiple procurements. The contract period of performance is 9-28-2020 thru 9-27-2021. Place of Performance/Place of Delivery Address: 810 Vermont Ave, NW Postal Code: 20420 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JUNE 2020) FAR 52.212-3, Offerors Representations and Certifications Commercial Items www.sam.gov registration is required to be complete at time of submission of response. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) The following clauses are included as addenda to FAR 52.212-4: FAR 52.232-40 Providing Accelerated Payments to Small Businesses to Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements (DEC 2009) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JULY 2020) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUNE 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUNE 2020) FAR 52.217-8- Option to Extend Services (NOV 1999) FAR 52.219-16 - Liquidated Damages-Subcontracting Pan (JAN 1999) FAR 52.219-28 Post Award Small Business Program Representation (MAY 2020) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUNE 2020) FAR 52.222-50 Combating Trafficking in Persons (JAN 2019) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUNE 2020) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer Systems for Award Management (OCTOBER 2018) FAR 52.222-41 Service Contract Labor Standards (MAY 2014) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) FAR 52.219-9 Small Business Subcontracting Plan (JUNE 2020) COMPARATIVE EVALUATION/BASIS FOR AWARD A comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). Evaluation factors/subfactors are not required. The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical, price, veterans involvement. Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in the request for quote will determine suitability. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited services to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum. The Government is not required to select a response that exceeds the minimum. Responses may exceed requirements. Each response must at a minimum meet the solicitation requirement statement. To receive an award the offeror must be registered/active with no exclusions in System for Award Management (SAM) database which can be accessed at https://www.sam.gov/portal/public/SAM at submission of quote. SAM will be checked to verify the quoter s status before evaluations are conducted. This solicitation is for full and open competition. QUOTE SUBMISSION QUOTING CONTRACTORS PREPARATION COSTS: The Contracting Officer is the only individual legally authorized to commit the Government to the expenditure of public funds in connection with this procurement. The RFQ does not commit the Government to pay any costs for the preparation and submission of an offer in response to this RFQ. Communications regarding this RFQ: The due date for communications and questions concerning the RFQ is September 10, 2020 at 10:00 AM EST. Any communications or questions shall be submitted electronically to Adeitra Jimmison via email at adeitra.jimmison@va.gov. As soon as an Offeror is aware of any problems or ambiguities in interpreting the specifications, terms or conditions, instructions or evaluation criteria of this solicitation, the Contracting Specialist shall be immediately notified. When submitting questions and comments, please refer to the specific text of the RFQ in the following format: Subject: RFQ No. 36C77620Q0162 Pertinent questions will be answered in the form of an amendment and provided to all Offerors. It is the responsibility of the Offeror to locate the amendment. DUE DATE AND SUBMISSION INSTRUCTIONS FOR RFQ: Contractors must complete and return all information prior to the time specified to be considered for award. Quotes, including amendments, received at the issuing office after the closing date and time specified on the cover page of this solicitation will be considered late submissions and handled accordingly. An Offeror s quote shall be submitted electronically via email to Adeitra.jimmison@va.gov by the date and time indicated in the solicitation in the file set forth below. The use of hyperlinks in quotes is prohibited. QUOTE FILE. Offeror s responses shall be submitted in accordance with the following instructions: Format. The submission shall be clearly indexed and logically assembled. Each section shall be clearly identified and shall begin at the top of a page. All pages shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The maximum page count for the Offeror s quote shall be 20 pages*. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2"" x 11"" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. File Packaging. All of the quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote files may be submitted individually. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. *Use when using page limitations: A Cover Page, Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that any and all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s quote will not be evaluated by the Government. The quote shall be broken down in the following sections: (i) TECHNICAL VOLUME.  Offerors shall, at a minimum, demonstrate a clear understanding of all features involved in meeting and supporting the requirements outlined in the Statement of Work (SOW) in a format that follows the SOW tasks and/or deliverables. (ii) PRICE VOLUME. The Offeror shall submit a firm-fixed price quote for each task outlined in the SOW and complete the price schedule in the appropriate table above. The task price shall be for the whole task regardless of the actual time to complete the task as it varies depending on the status of the contract. The total price must match the amount provided in the Total Evaluated Price table. (iii) VETERANS INVOLVEMENT VOLUME. Eligible service-disabled Veteran-owned offerors will receive full credit, and offerors qualifying as Veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor.  Offeror may also receive partial credit if they respond with SDVOSB/VOSB verified subcontractors. To receive credit, an offeror or an offeror s subcontractor(s) must be CVE verified in accordance with VIP. (https://www.vip.vetbiz.gov). NOTE: Offeror shall also complete the attached Subcontracting Plan Template and comply with the VA s current subcontracting goals as seen below: The current VA subcontracting goals are based upon total procurement dollars expended and are the suggested minimum goals for VA administered subcontracting plans. Small Business 17.5% Veteran Owned Small Business 7.0% Service Disabled Veteran Owned Small Business 5.0% Small Disadvantaged Businesses (includes Section 8(a)) 5.0% Woman-Owned Small Business 5.0% Historically Underutilized Business (HUB) Zone Small Business 3.0% This is an open-market combined synopsis/solicitation as defined herein.  The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quotes shall list exception(s) and rationale for the exception(s). Note: any proposed deviations from the standard terms and conditions herein may render a quote unacceptable as the Government intends to award without discussions. Submission shall be received not later than September 14, 2020 at 10:00 AM EST via email to adeitra.jimmison@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Adeitra Jimmison, Contracting Officer, Adeitra.jimmison@va.gov. Please See All Attached Documents ATTACHMENT A-SOW ATTACHMENT B- SUBCONTRACTING TEMPLATE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6615f49e59274385812bef54954fe9c3/view)
 
Record
SN05786114-F 20200905/200903230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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