COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2, 2001 PSA #2948
SOLICITATIONS
76 -- SUBSCRIPTION SERVICES
- Notice Date
- September 28, 2001
- Contracting Office
- DOC; Mountain Administrative Support Center; Acquisition Management Division; 325 Broadway MC3; Boulder, CO
- ZIP Code
- 00000
- Solicitation Number
- NWWG4000200045MB
- Response Due
- October 17, 2001
- Point of Contact
- Michelle Bernal, Purchasing Agent, (303) 497-3983 or FAX (303) 497-3163
- E-Mail Address
- NOAA; MASC Acquisition Management (Michelle.A.Bernal@noaa.gov)
- Description
- The U.S. Department of Commerce, National Weather Service (NWS), Radar Operations Center (ROC) requires technical data supplied by a subscription service for technical research of military specification and standards, parts research, and selected industry standards/specifications. This service is needed in the preparation of engineering changes and procurement of modification kits. The service is to include indexes that allows searching, reporting, and the ability to identify and view the specific documents. The documents must include scanned images and/or text format of the actual document. The service is to be provided to this activity via the World Wide Web. Best Value selection will be made by the government and award will be for a BASE Year plus 2 Option Years. Core Services required (includes indexing and actual document images and text format): 1) Historical Milspecs 1989 forward, include price for three simultaneous site licenses. 2) Department of (DOD) Directives, include price for three simultaneous site licenses. 3)Active Military specifications with 30 day updates, include price for three simultaneous site licenses. 4) The Institute of Electrical and Electronic Engineers (IEEE), include price for two simultaneous site licenses. 5) The International Telecommunications Union (ITU), include price for one simultaneous site licenses. 6) FLIS parts database, include price for three simultaneous site licenses. 7) DOD Adopted Industry Standards -- (at a minimum ASTM, ASME, AIA/NAS, AWS, AIAA, ASHRAE, AA, NSF, ASA, MSS), include price for one simultaneous site licenses. Please note that the ITU and other individual industry standards may also be supplied via an on-demand account using hard copy and/or soft copy. Reports -- The indexes must provide the following reports: 1)A document summary. 2)Keywords. 3)Additional management information such as applicable QPLs, DIDs, etc. 4)An Applicable Documents report. 5)Links to applicable documents where available. 6)Responsible Activities report that includes addresses, phone/fax numbers, and email addresses for the Preparing Activity Custodians, Reviewers and the Society/Organization where available. 7)A history of the document. 8)The report information must be printable and downloadable. Product Functionality -- The system must allow the user to locate specific military information by the following methods: 1) Searching by document number or portion of a document number. 2) Keywords must be searchable in the Title and Scope of the document. 3) Searching by Preparing Organization. 4) The product must have the capability to conduct a search by specific document type. 5) Each searchable field should provide a word list that assist a user identifying a particular search query element. The results of the search should include currency or equivalent. 6) Results lists must be printable. Document Images/Text 1)All images must be scanned at 150x150 dpi or better. 2)Images must be viewable TIFF, or PDF. 3)Must be able to print individual pages, range of pages or the complete document. 4)All non-government commercial standards must be licensed by the issuing standards developing organization to allow printing of the desired actual standard in hardtop format. Updating 1)Documents must be updated every 30 days when applicable. 2)System must identify recently updated documents if available. Intangibles 1) Users must have access to product customer service via phone and email. This procurement is being conducted under Simplified Acquisition Procedures and is SET-ASIDE for SMALL BUSINESS . Best Value determination made by the Government will be made based upon technical merit as well as price. As the technical merit becomes more equal, price becomes a greater factor. There is no formal bid package. Proposals can be faxed or mailed and must be received on or before October 17, 2001. When submitting a proposal, please include a firm-fixed price for the Base Year and 2 Option Years, freight costs, Federal Tax ID Number, Duns & Bradstreet Number, and business size. Terms and Conditions and agency level protest procedures can be found on web site http: oamweb.osec.doc.gov/CONOPS/#REFERENCE. Hard copy in full text available from office address and phone number listed in notice. Anticipated award date will be October 19, 2001. Performance will begin November 1, 2001.
- Record
- Loren Data Corp. 20011002/76SOL002.HTM (D-271 SN50Z1E9)
| 76 - Books, Maps and Other Publications Index
|
Issue Index |
Created on September 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|