Request for Information 36C77619Q0192
Rittenhouse R2 eBooks Subscription
I. Introduction:
This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to the NAICS 519130 (Size Standard 1000 Employees) applies.
The Veterans Health Administration (VHA) is seeking interested sources (contractors) to provide an existing commercial-off-the-shelf web-based subscription to Rittenhouse R2 eBook collection, which will be made available throughout the VHA healthcare system. This procurement is for a VA enterprise-wide license for electronic access to the Rittenhouse R2 eBook Collection titles shown below. No substitutions for alternate titles are acceptable for Veterans Health Administration (VHA). At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.
II. Requirements:
The contractor shall provide immediate-access, concurrent-user license(s) in the number indicated for each title.
The contractor shall provide all authorized remote VPN users with access to the product.
OpenAthens authentication is requested.
Title
Edition
Licenses
Responding to Emergencies
1st
4
Emergency Medical Response
1st
4
Inspiring and Supporting Behavior Change
2nd
4
The Fenway Guide to Lesbian, Gay, Bisexual, and Transgender Health
2nd
4
AJCC Cancer Staging Manual
8th
4
Addiction in the Family
1st
4
Complete Nurse's Guide to Diabetes Care
3rd
4
Atypical Diabetes
1st
4
Meeting the American Diabetes Association Standards of Care
2nd
4
Pocket Guide to Psychiatric Practice
1st
4
Transgender Mental Health
1st
4
Co-occurring Mental Illness and Substance Use Disorders
1st
4
Behavioral Interventions in Cognitive Behavior Therapy
2nd
4
Preventing Alcohol-Related Problems
1st
4
Drug-Induced Diseases
3rd
4
Textbook of Disaster Psychiatry
2nd
4
The Carlat Guide to Addiction Treatment
3rd
4
Rapid Interpretation of EKG's
6th
4
Nutritional Medicine
2nd
4
Introduction to Addictive Behaviors
5th
4
Treating PTSD in Military Personnel
2nd
4
Treating Risky and Compulsive Behavior in Trauma Survivors
1st
4
Psychological Approaches to Pain Management
3rd
4
Building Motivational Interviewing Skills
2nd
4
Adaptive Disclosure
1st
4
MILITARY PSYCHOLOGY
2nd
4
Caring for the Vulnerable
5th
4
Gerontology for the Health Care Professional
4th
4
Chemotherapy and Immunotherapy Guidelines and Recommendations for Practice
1st
4
Integration of Palliative Care in Chronic Conditions: An Interdisciplinary Approach
1st
4
The Comprehensive Manual of Therapeutic Exercises
1st
4
What I Say
1st
4
Top 3 Differentials in Gastrointestinal Imaging
1st
4
Adult Psychopathology and Diagnosis
8th
4
Perioperative Care of the Pregnant Woman
2nd
1
Basic, High-Risk, and Critical-Care Intrapartum Nursing
6th
1
Nursing Care and Management of the Second Stage of Labor
3rd
1
Standards for Professional Nursing Practice in the Care of Women and Newborns
8th
1
Period of Performance: One-time purchase of perpetual access rights, with no maintenance fee, commencing on the effective date of award.
Information Scope:
The contractor shall assure the product contains:
Knowledge-based information covering medical and health sciences disciplines, for use by students, residents, clinicians, researchers, and all health sciences professionals.
Information that reflects current practice issues and supports clinical decision making.
Access, Content, Support:
The contractor shall assure:
Product is 508 compliant (http://www.section508.gov/). If product is not 508 compliant, the contractor shall describe measures being taken to bring product into compliance and date, within 12 months of contract award, that product will be 508 compliant. Or, if product is not 508 compliant, the contractor shall describe why no work is being done to make it 508 compliant.
All site content and support of the web site is the responsibility of the contractor. This includes technical support to VHA users nationwide.
Questions are responded to within two (2) business days.
Information is easily printed.
Information or text can be emailed among VHA colleagues.
Full-text articles are available in .pdf format.
System downtime is minimal and VA project manager is when this occurs.
Usage statistics are available to the system administrator on an enterprise level.
The product is accessible via a variety of personal digital assistant (PDA) platforms.
III. Submittal Information:
Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response that addresses the above information. Please also include a cover page which includes, at a minimum, the company s name, address, Dunn & Bradstreet number, GSA contract number (if applicable), point-of-contact name, phone number, and e-mail address, and company business size and status ((i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.).
A. Capabilities / Qualifications:
Capability/Qualifications A written response providing clear and unambiguous evidence that you can provide the specific titles above and substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work.
It is requested that the above information be provided no later than Monday, August 19, 2019 at 10:00 AM EST. Responses should be emailed to Kymberly Morgan at
[email protected]. All Email Correspondence for this project must reference the RFI Number, Project Identifier and Project Title in the subject line of the email.ÃÂ Example:ÃÂ RFI 36C77619Q0192, Rittenhouse R2 eBooks Subscription. No phone calls will be accepted.
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Primary Point of Contact:
Kymberly Morgan, Contract Specialist
E-Mail:
[email protected]
Bid Protests Not Available