The RFP Database
New business relationships start here

Medical Journals


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT SYNOPSIS

THIS IS A Sources Sought Notice ONLY.


Background: The U.S. Government is contemplating the purchase of pay per view medical journal articles and online medical journal back files from the Wiley Online Library in support of the Madigan Army Medical Center Graduate Medical Education Training Program for a period of twelve (12) months. Joint Base Lewis McChord utilized electronic journal back files and ArticleSelect tokens from 1953 through 2018 developed and distributed by John Wiley & Sons Inc. to support licensed electronic journal back files. Licensed electronic back files are the electronic editions of Wiley journal content published in years designated as part of a back file package to which customers can access under the agreement, including tables of content, abstracts, full text and illustrations, and any additional electronic journal content not included in the print versions of the journals. The purpose of this sources sought is to determine if there are any alternative, but equal commercial off-the-shelf on-line journal subscriptions available on the market in which a competitive based solicitation could be issued via the Federal Business Opportunities website at www.fbo.gov. Journal support should include access to 1800 a la carte journal articles through the use of pre-paid Article Select "tokens." or equivalent method of access. Tokens cannot expire for 12 months from time of purchase. Journals, journal back files, online books, major reference works, current protocols laboratory methods and the Cochrane library must be accessible. Access will be provided with the IP address authentication. No annual maintenance fee will be charged. The U.S. Government requires access to the following Wiley Journals (or equivalent Non-Wiley Journal):


Academic Emergency Medicine
Acta. Anaesthesiolgica Scandinavica
Acta. Neurologica Scandinavica
American Journal or Hematology
Annals of Neurology
Behavioral Sciences & The Law
British Journal of Dermatology (Electronic)
British Journal of Haemotolgy
British Journal of Surgery (Electronic)
BJOG: An International Journal of Obstetrics
BJU International
Catheterization and Cardiovascular Interventions
Clinical Pharmacology & Therapeutics
Clinical Endocrinology
Developmental Medicine & Child Neurology
Diagnostic Cytopathology
Epilepsia
Hastings Center Report
Head & Neck: Journal for The Sciences
Headache: The Journal of Head and Face Pain
Hepatology
Histopathology
International Journal of Andrology
Journal of Clinical Psychology
Journal of American Geriatrics Society
Journal of Clinical Pharmacology
Journal of Internal Medicine
Journal of Surgical Oncology
Journal of Orthopedic Research
Journal of Midwifery & Women's Health
Movement Disorders
Muscle & Nerve
Neurourology and Urodynamics
Pediatric Blood & Cancer
Pediatric Dermatology
Pediatric Pulmonology
Pharmacotherapy: The Journal of Human Pharmacology
Suicide and Life-Threatening Behavior
Teratology
The Laryngoscope
Transfusion


Be advised that the U.S. Government will not be able to set aside this requirement as a small business set-aside if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. In addition to identifying any small businesses that are capable of providing the requested medical journal subscription access, the Contracting Officer is requesting that any U.S. Owned Large businesses also provide a response to this sources sought. The feedback received from industry will provide invaluable information in determining if any set-asides will be used and if there sources available to compete this requirement. Solicitation and award of this requirement will be accomplished by using Simplified Acquisition Procedures in accordance with the Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS).


This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.


The NAICS Code assigned to the acquisition is 519130 Internet Publishing, Broadcasting and web Search Portals with a corresponding small business size standard of $1,000.


In response to this sources sought, please provide:


1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.


2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.


3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] Can your firm access the requested Wiley Journals or provide an equal alternative to each journal?


4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.


5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.


6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


 


Deaquennette Thomas , Contract Specialist , Phone 2539661467, Email deaquennette.s.thomas.mil@mail.mil - Lesley S. Odom, Contract Specialist, Phone 8045034116, Email lesley.s.odom.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP