SOLICITATION NOTICE
R -- In-House Conservation Technician - Addendum
- Notice Date
- 4/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519120
— Libraries and Archives
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NLM-09-082-SV
- Archive Date
- 5/9/2009
- Point of Contact
- Suet Vu, Phone: 301-496-6546
- E-Mail Address
-
sv32d@nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Quality Assurance Surveillance Plan Statement of Work Addendum Commercial Item Acquisition - Competitive In-House Conservation Technician General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: RFQ-NLM-09-082-SV Posted Date: April 8, 2009 Response Date: April 24, 2009 Classification Code: R - Professional, Administrative and Management Support NAICS Code: 519120 - Libraries and Archives Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894 Description This is a synopsis/solicitation for commercial items prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotations (RFQ) NLM-09-082-SV. This solicitation document incorporates provisions and clauses that are in effect in the April 2009 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition IS a 100% small business set-aside and the North American Industry Classification System (NAICS) code is 519120, Libraries and Archives Services. The National Library of Medicine (NLM), one of the three national libraries in the United States, is the world's largest research library in a single scientific and professional field. NLM's primary mission, as mandated by the Congress, is to serve the health professions. To support this mission, the Library comprehensively collects materials in biomedical subjects. The NLM's History of Medicine Division (HMD) maintains a pre-eminent collection of the world's published medical literature, including books, journal volumes, pamphlets, and theses, printed from the 15th through the early 20th century; manuscripts ranging in date from the 11th century to the present; fine prints, and other graphic materials from the 15th century to the present; and historical audiovisuals up through 1970. The collection consists of more than 600,000 printed works, 4,000 linear feet of modern manuscripts, 3,000 historical audiovisuals, and 60,000 historical prints and photographs. The vendor shall perform the following activities: The conservation technician will carry out repairs to bound books, design and construct housings and exhibit supports, keep records of treatments, and provide collection maintenance to the rare book collection. The technician may also participate in training sessions on book conservation with NLM staff. The bench work will be performed in NLM's Conservation Lab. The contractor shall provide a minimum of 1200 and a maximum of 1920 hours of work time during each year (12 month period) of the contract. All work shall be performed out in accordance with acceptable principles of rare book conservation and in adherence to American Institute for Conservation (AIC) "Code of Ethics and Guidelines for Practice (available at http://palimpsest.stanford.edu/aic/pubs/ethics.html. This is a performance based effort. The purchase order period of performance will be for a 12-month Base Period of approximately May 1, 2009 through April 30, 2010, with one additional 12-month Option Periods and three 12-month Award Period, on a Labor Hour basis [FAR 16.602]; at a not to exceed level of 1,920 labor hours per 12-month period. The following clauses and provisions cited herein are incorporated by reference into this solicitation and may be obtained from the web site http://rcb.cancer.gov/rcb-internet/SAP/sap.htm: FAR 52.212-1, Instructions to Offerors - Commercial (June 2008), and FAR 52.212-4, Contract Terms and Conditions - Commercial Items (October 2008). The attached Addendum to Terms and Conditions of Purchase Order also applies to this solicitation. FAR 52.212-2, Evaluation - Commercial Items (January 1999), also applies with the following three evaluation criteria to be included in paragraph (a) of the provision: (1) Successful past performance on a similar effort, ability to work with others, and meet tight deadlines as verified by references; (2) At least 2 years combined training and experience in book repair; (3) Demonstrated knowledge of techniques employed in the repair of bound items and manuscripts as verified by examples in portfolio. An award will be made to the offeror who represents the best value to the Government whereby each of the five evaluation criteria is given equal value and, when combined, are more important than price. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (February 2009), with their offers. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (February 2009), and the attached Statement of Work (SOW) apply to this acquisition, as well as the following clauses cited therein: FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003). Sources having the ability to provide the professional services described above and in the attached SOW and Addendum to Terms and Conditions of Purchase Order shall submit clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Suet Vu, Contract Specialist, at 301-496-6546. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 3:00 PM LOCAL PREVAILING TIME ON April 24, 2009, AND SHALL BE SENT VIA E-MAIL TO: vus@mail.nih.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5544d8356017cf4e00f59e1b9a38377c&tab=core&_cview=1)
- Place of Performance
- Address: Bethesda, Maryland, 20894, United States
- Zip Code: 20894
- Zip Code: 20894
- Record
- SN01788691-W 20090410/090408220701-5544d8356017cf4e00f59e1b9a38377c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |