Opportunity

SAM #36C77626Q0090

VA Solicits Mary Ann Liebert Journal Subscriptions for Neurotrauma and Women's Health

Buyer

VA Patient Care Services

Posted

April 17, 2026

Respond By

April 17, 2026

Identifier

36C77626Q0090

NAICS

511140, 519290

The Department of Veterans Affairs is seeking a one-year, firm-fixed-price subscription to two Mary Ann Liebert journals for enterprise-wide access. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration, Program Contracting Activity Central (PCAC) - Contracting office located at Oak Tree Blvd., Independence, OH - OEMs and Vendors: - Mary Ann Liebert, Inc. (publisher of Journal of Neurotrauma and Journal of Women's Health) - Products/Services Requested: - Web-based electronic subscription to Journal of Neurotrauma (1-year, quantity: 1) - Web-based electronic subscription to Journal of Women's Health (1-year, quantity: 1) - Both subscriptions must provide enterprise-wide access with IP authentication - No embargo on content; must support remote VPN users and mobile device access - Unique/Notable Requirements: - Set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) - Vendors must be authorized resellers or distributors of Mary Ann Liebert journals - Access must be immediate and unrestricted for all VA users, including remote and mobile access

Description

Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ, 36C77625Q0259. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05. This solicitation is set aside for Service-Disabled Veteran Owned Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 519290, with a small business size standard of 1,000 employees. The FSC/PSC is R605. The Department of Veterans Affairs, Program Contracting Activity Central, 6100 Oak Tree Blvd., Suite 490, Independence, OH 44131, is seeking an existing, commercial, off-the-shelf, web-based electronic collection of Mary Ann Liebert Journals as outlined in the below table. All interested companies shall provide quotations for the following: CLIN Description Quantity Unit of Measure Unit Price Total Price Period of Performance 0001 Mary Ann Liebert Journals - Journal of Women's Health 1 1 Year from Date of Award See Attached (SOW). Subscription and access must meet the requirements in the SOW. The contract period of performance shall be from the date of award for a base period of 12 months. Place of Performance/Place of Delivery Address: TBD Postal Code: TBD Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. Applicable Solicitation Provisions The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (MAR 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS Provisions incorporated by reference have the same force and effect as if given in full text. Upon request, the Contracting Officer will make their full text available. Additional Provisions and Instructions The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified. Offers may be submitted on the SF 1449, letterhead, or as otherwise specified. Minimum requirements include: The solicitation number; The time specified for receipt; The name, address, and telephone number of the offeror; A technical description of the items; Terms of any express warranty; Price and discount terms; Remit to address, if different; A completed copy of FAR 52.212-3 representations and certifications; Acknowledgment of amendments; Past performance information, if applicable; If not using SF 1449, a statement of agreement with all terms. Period for acceptance of offers. The offeror agrees to hold prices firm for 30 days unless otherwise specified. Product samples. When required, samples shall be submitted at no expense and returned at the sender's request unless destroyed during testing. Multiple offers. Offerors are encouraged to submit multiple offers with alternative terms or products. Late submissions. Late offers are generally not considered unless certain conditions are met, such as transmission before award or acceptance of late modifications. Contract award. The Government intends to evaluate offers and award without discussions, but reserves the right to conduct discussions if necessary. Multiple awards. The Government may accept any item or group of items. Availability of requirements documents. Specifications and standards may be obtained from specified sources, including the GSA or ASSIST websites. Unique entity identifier. Offerors shall include their unique entity identifier and EFT indicator, if applicable. Debriefing. Post-award debriefings will disclose evaluation factors and rationale. Offerors Representations and Certifications Offerors must complete annual representations and certifications electronically via SAM. If applicable, a written submission is required. Applicable Contract Clauses The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Services (DEC 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAR 2023) <!-- Additional clauses omitted for brevity --> Option to Extend Services As prescribed in FAR 17.208(g), the clause 52.217-8, Option to Extend Services (Nov 1999) is included with the following details: The Government may extend services by written notice within 15 days, with a 30-day prior notice. The total duration, including options, shall not exceed 18 months. Evaluation and Award Award will be based on a comparative evaluation of quotes per FAR 13.106-2(b)(3). Factors include: Technical capability Price The Government reserves the right to consider other than the lowest price if additional benefits are identified. Instructions to Quoters Quoters shall submit: One copy of pricing and technical approach; Supporting materials demonstrating ability to meet requirements; A statement accepting the terms and conditions or listing exceptions. All quotes must include a firm-fixed price for each line item, matching the total in the evaluation table. Failure to provide unit prices and totals will render the offer unacceptable. Questions and Submission Deadline Questions are due by 1:00 PM EST, September 01, 2025, to Erich.Hoffman@va.gov. Quotes are due by 1:00 PM EST, August 27, 2025, to the same email. Late submissions will not be considered. Point of Contact Erich Hoffman, Contract Specialist Email: Erich.Hoffman@va.gov

View original listing