Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

R -- Edition of SIS Database Content - ATTACHMENT TO SOLICITATION

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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
NIHLM2012571
 
Archive Date
10/2/2012
 
Point of Contact
Kimberly Pringle, Phone: 301-496-6546
 
E-Mail Address
kp271m@nih.gov
(kp271m@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CLARIFICATION TO SOLICITATION This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and FAR Part 13-Simplified Acquisition Procedures, 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 a Request for Quotations (RFQ) NIHLM2012571. This solicitation document incorporates provisions and clauses that are in effect the FAC 2005-60 FAR Revision effective August 27, 2012, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Total Small Business Set-Aside and the North American Industry Classification System (NAICS) code is 541690, Other Scientific and Technical Consulting Services. It is anticipated that a fixed price award will be made on or about September 21, 2012. BACKGROUND The Division of Specialized Information Services (SIS) at the National Library of Medicine (NLM) offers a variety of toxicological and environmental health databases to the public through the web including Haz-Map, the Household Products Database, and the Dietary Supplements Database. All are the property of private parties and are licensed to NLM. The files are built and maintained by the owners. Before the Library integrates the files into its website, quality control procedures and review by the library has to take place. The files must then be linked to other NLM files such as ChemIDplus, HSDB, PubMed, and other potential newly released federal government resources. PURPOSE AND OBJECTIVE OF THE PROCUREMENT This requirement involves the review of chemical and biological information of the Haz-Map file on TOXNET. SCOPE OF WORK/PROJECT REQUIREMENTS Tasks may include but are not limited to the following: 1. Assist in the review of the data in Haz-Map, Household Products Database, and Dietary Supplements Database for completeness and suitability in the SIS suite of databases. 2. Assist in testing the web interface when the files are updated, or new files are created which are related to existing databases. 3. Test all the links to NLM files making sure the appropriate names, synonyms and chemical registry numbers are used. Also, assist in ensuring that all files are being linked correctly based on backend database structure. Search STN files as needed. 4. Checking information in the files with original sources used. Sources such as the ACGIH TLV, IARC Monograms, OSHA Hazardous Chemicals and NTP Carcinogens. 5. Review and test other files as needed and directed by the project officer. EVALUATION CRITERIA After satisfaction of identified Section 508 requirements for accessibility, the evaluation will be based on the demonstrated capabilities of the perspective vendors to meet the needs of the project as set forth in the Statement of Work. Information regarding 508 Compliancy will be updated to the solicitation as it becomes available. Prospective vendors must submit information sufficient to allow NLM to evaluate based on the stated criteria. Technical factors are of paramount consideration; however, cost is also important to the overall award decision. All evaluation factors other than cost, when combined, are significantly more important than cost. The Government can make tradeoffs among cost and technical factors in determining which Offeror(s) provide the best value by awarding to other than the lowest cost Offeror(s) or other than the highest technically rated Offeror(s). Offeror(s) are advised that award will be made to that Offeror(s) whose quote provides the best overall value to the Government. Offerors are advised that each quotation may be subjected to a price analysis, as determined to be appropriate by the Government. In determining which quote represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs, the Government shall evaluate quotes using the following technical evaluation criteria, which are listed in the order of relative importance with weights assigned for evaluation purposes: Proposals submitted in response to this RFQ will be evaluated in accordance with the factors listed below: Criterion A: Understanding the Requirement and the Technical Approach (50 points) The contractor shall provide a written proposal demonstrating an understanding of the purpose and intent of the task order requirements through a comprehensive description of the proposed approach; and describe procedures to ensure that the project timeline will be met. The proposal shall demonstrate sufficient contractor experience and knowledge to assure rapid execution of tasks.   Criterion B: Qualifications of Proposed Personnel (30 points) Personnel proposed should have demonstrated experiences and scientific education background, and be familiar with the TOXNET databases and its data entry system, in particular, with the Haz-Map and other similar databases such as the Household database, the Dietary Supplement database. The personnel should be familiar with sources listed on Haz-Map such as ACGIH, TLV, IARC Monograms, OSHA Hazardous Chemicals and NTP Carcinogens. The personnel should be able to review and test the TOXNET system data with the links of other TOXNET files. Criterion C: Past Performance (20 points) The government is seeking to determine whether the offeror has similar types of contracts in the past and have available personnel experienced in working on these types of contracts. The company will describe the availability and proposed facilities and equipment and its location to be used for this contract if awarded. Offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of high quality products and services. Past experience will be based upon the offeror's prior experience with similar activities. a) Offerors shall submit a list and description of the last five relevant contracts that are similar to this type of requirement completed during the past three years and all contracts currently in process. Offerors shall be evaluated on (1) record of conforming to specifications and to standards of good workmanship; (2) adherence to contract schedules, including the administrative aspects of performance; (3) reputation for reasonable and cooperative behavior and deep commitment satisfaction; and (4) business-like concern for the interests of the customer. b) For each contract/subcontract identified, include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (include client name and telephone number), and a description of work performed. The vendor is authorized to provide information on problems encountered on the identified contract/subcontract and the vendor's corrective actions, if necessary. PROPOSAL SUBMISSION The proposal shall not exceed 10 pages. The page limitation does not include the cover letter, table of contents, executive summary, resumes, appendix, or past performance information. Quotations shall be submitted in an electronic mail format no later than 12 p.m., local prevailing time, on Monday, September 17, 2012 to the Contract Specialist at: pringlek@mail.nih.gov. In addition to the electronic copy, one original and three (3) hard copies shall be provided to the address below: Attn: Kimberly Pringle Office of Acquisitions NIH/National Library of Medicine 6707 Democracy Boulevard, Suite 105 Bethesda MD 20817 Hard copies must be received within one business day from the time designed for receipt of the electronic copy. PROPOSALS SUBMITTED BY WAY OF FACSIMILE WILL NOT BE ACCEPTED. Firms responding to this notice must be able to provide the services as requested by NLM. The respondent shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its quotation. All responses from responsible sources will be considered. Inquiries regarding this procurement must be made in writing no later than Friday, September 14, 2012 at 12 noon local prevailing time. Questions should be addressed to Kimberly D. Pringle, Contract Specialist at pringlek@mail.nih.gov. Please write the word question in the subject line for easy identification and to quickly provide answers to your inquiries. Vendor shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR): htm://www.amet.gov/far/. The following clauses and provisions shall apply to this acquisition and maybe obtained from the web sites: FAR 52.212-1, Instructions to Offerors - Commercial Items (February 2012); FAR 52.212-2, Evaluation - Commercial Items (January 1999); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2012) - with DUNS Number Addendum [52.204-6 (April 2008)]; FAR 52.212-4, Contract Terms and Conditions - Commercial Items) (February 2012); FAR 52.212-4, Addendum to Clause for Year 2000 Compliance (July 1997); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2012571/listing.html)
 
Place of Performance
Address: contractor site, United States
 
Record
SN02880174-W 20120914/120913001739-46408f76155e80e845b5a456d40cf2bf (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.