COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3, 2001 PSA #2989
SOLICITATIONS
D -- DATABASE ACCESS WEB OF KNOWLEDGE FOR ARL LIBRARIES
- Notice Date
- November 29, 2001
- Contracting Office
- US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- DAAD17-02-R-0002
- Response Due
- December 14, 2001
- Point of Contact
- Jeanine Worthington, 410-278-6514, FAX 410-278-6522
- E-Mail Address
- US Army Robert Morris Acquisition Center, Adelphi (jeanine@arl.army.mil)
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposa ls/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is DAAD17-02-R-0002. (iii) The solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular (FAC) 01-01. (iv) The associated North America Industry Classification System (NAICS) Code is 541519 and the Business Size Standard is $18.0M. (v) Contractor shall provide on-line subscription access to the electronic databases listed below to Army Research Lab employees at various sites to include platform linking capabilities to ISI Web of Science, connecting new and historical journal data for multiple disciplines, cutting-edge patents, rank ings of institutional and individual impact, the latest meeting information, and specific data from the biological sciences. The following is a list of contract line item numbers and items, quantities and units of measure: Item No. Description Quantity Unit 0001 1 Job Current Contents Connect. (CCC) which includes: -- Life Sciences with Author Abstract- Clinical Medicine with Author Abstracts- Agriculture, Biology & Environmental Sciences with Author Abstracts- Engineering, Computing & Technology with Author Abstracts- P hysical, Chemical & Earth Sciences with Author Abstracts- Social & Behavioral Sciences with Author Abstracts-Includes fee for 5 simultaneous Users for the period 1 Jan 02 thru 31 Dec 02. 0002 1 Job 1990 -- 2002 ISI Proceedings (PROC)- Science and Technology Edition Social Sciences and Humanities Edition-Includes 3 Simultaneous Users for the period 1 Jan 02 thru 31 Dec 02. 0003 1 Job Essential Science Indicators (ESI)-Includes 3 Simultaneous Users for the period 1 Jan 02 thru 31 Dec 02. 0004 1 Job 1963 -- 2001 Derwent Innovations Index 2002 Derwent Innovations Index (DII)-Includes 3 Simultaneous Users for the period 1 Jan 02 thru 31 Dec 02. 0005 1 Job DATABASE/EDITIONS 1990 -- 2002 BIOSIS Previews Includes 3 Simultaneous Users for the period 1 Jan 02 thru 31 Dec 02 0006-0010 1 Job Priced Option year for Line Items 1-5 for the period 1 Jan 03 thru 31 Dec 03 0015-0020 1 Job Priced Option year for Line Items 1-5 for the period 1 Jan 04 thru 31 Dec 04 0016-0020 1 Job Priced Option year for Line Items 1-5 for the period 1 Jan 05 thru 31 Dec 05 (vi) Description of requirements: The above items are being solicited on a Brand Name or Equal basis. The on-line subscription services are provided by the Institute for Scientific Information, Inc. 3501 Market Street, University City Science Center, Phil adelphia, PA's Web of Knowledge/Sciences databases. The salient characteristics are that the service must provide customized research approaches at the desktop level, locating hot papers, tracing technological developments, and assessing and quantifying i mpact on the entire scientific community. The period of performance is from contract award through 31 Dec 02. Options must be quoted for three additional years. Pricing shall be required for all items as identified. The above characteristics are intend ed to be descriptive, but not restrictive. Unless clearly marked that the vendor is quot ing on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. (vii) Acce ptance shall be performed at US Army Research Laboratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this solicitation. The following agenda have been at tached to this provision: 252.211-7003 Brand Name or Equal. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as fo llows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to equality of the product(s) offered (if not the brand name) and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offer or as to actual sales of the proposed products to industry or government agencies. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors shall include a completed co py of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -- with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Comme rcial Items, applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222-21, Prohibit ion of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1 998); FAR 52.225-1, FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999). Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiii) The following additional contract terms and conditions apply: Funds are not currently available, FAR Clause 52.232.18, Availability of Funds (April 1984) applies, therefore prices quoted must be valid for at least 60 days. Contractor must include priced options for the line items specified. The Government's right to exercise the option will expire 30 days after expiration date of current subscription. The offeror's commerci al license agreement will be incorporated into the contract and made part of the Statement of Work unless it conflicts with mandatory provisions of the Federal Acquisition Regulation. (xiv) This acquisition is rated under the Defense Priorities and Alloca tions System (DPAS) as DO. (xv) Offers are due on 14 Dec 2001, by 1600 hours, at US Army Research Laboratory, RMAC-Adelphi, APG Satellite Purchasing Team, AMSSB-ACA-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xvi) For information regarding this sol icitation, please contact Jeanine Worthington at FAX (410) 278-6522.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20011203/DSOL005.HTM (D-333 SN514058)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on November 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|