MODIFICATION
R -- LactMed Database
- Notice Date
- 5/3/2013
- Notice Type
- Modification/Amendment
- NAICS
- 519190
— All Other Information 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
- NIHLM2013664
- Archive Date
- 5/25/2013
- Point of Contact
- Kimberly Pringle, Phone: 301-496-6546, Robin Hope, Phone: 301-496-6546
- E-Mail Address
-
kp271m@nih.gov, Robin.Hope@nih.gov
(kp271m@nih.gov, Robin.Hope@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THE PURPOSE OF THIS AMENDMENT IS TO CHANGE THE # OF LABOR HOURS ESTIMATED TO ACCOMPLISH THIS REQUIREMENT AND CHANGE THE QUOTATION RESPONSE DEADLINE. 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) NIHLM2013664. This solicitation document incorporates provisions and clauses that are in effect through FAC 2005-66 FAR Revision effective February 28, 2013, 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 519190, Other Scientific and Technical Consulting Services. This is a firm-fixed-price contract and it is anticipated that an award will be made for a base year and two option years. BACKGROUND This project relates to the continued building, updating, and maintenance of LactMed, a searchable database of records on drugs and their use during lactation. LactMed is an addition to the National Library of Medicine's (NLM) Toxicology and Environmental Health Information Program (TEHIP). Although TEHIP databases currently provide some information on drug pharmacology and toxicology, efforts are underway to enhance TEHIP with even greater information on the pharmacology and toxicology of drugs and related products. Drug information is an integral component of a comprehensive toxicology program, and expanded coverage complements existing chemical substance and other data records. The LactMed database is accessible through TOXNET, an Internet-based system for TEHIP online databases (http://toxnet.nlm.nih.gov), and is linked with other databases such as the Hazardous Substances Data Bank which has about 1,000 drug-related records. The LactMed database was created, and needs to continue to evolve, because information available to healthcare providers is usually derived from approved drug product labeling, which often differs from expert opinion. Of the relatively few sources of information on this subject, such labeling typically does not provide critical evaluations of the primary literature. An evidence-based, comprehensive database on drugs and lactation made available in the public domain, LactMed was designed to help support medical decision-making by healthcare professionals. The database is evidence-based with source attribution, and made available in the public domain. LactMed complements the suite of databases that comprise TOXNET, which is maintained by the Specialized Information Services (SIS) Division of NLM. Database records are linked, where appropriate, to other TOXNET and NLM database records. In order to ensure consistency and data currency, the Contractor will continue to build the database over the duration specified in this purchase order. The database is written primarily for healthcare professionals with recommendations written at a level that is understandable to consumers. PURPOSE AND OBJECTIVE OF THE PROCUREMENT The purpose of this project is to continue to expand and enhance LactMed, a database on possible adverse effects of prescription and nonprescription drugs, relevant herbals, nutraceuticals, and diagnostic agents in infants that result from transmission during human breast-feeding. PROJECT REQUIREMENTS Compile the world's professional and scientific literature relating to the use of drugs and related products during human lactation. Organize this literature into a professionally acceptable system for ease of access to articles on specific drugs and, where appropriate, classes of pharmacologic and/or therapeutic agents. Drug names should be at the generic level and include, at a minimum, United States Adopted Names. Further, the Contractor must be willing to have such data placed in the public domain, without any intellectual property right constraints or fees imposed with respect to its use. While the database will become the property of NLM, this will not preclude the Contractor from reconfiguring or otherwise using the source data for preparing other information products or publications. The database content must be fully supported by an evidence-based approach that involves critical case evaluations of reports in peer-reviewed literature. The database needs to be a principal focus of the Contractor who has both the subject expertise and resources to accomplish this project expeditiously. At a minimum, database records should include the drug names specified above, drug class(es), pharmacologic and pharmacokinetic data such as drug concentrations in breast milk and infant serum, time course of such levels, and weight-adjusted percent of maternal dose in breast milk. When it can be determined from case report evaluations and other analyses of published literature, provide possible drug effects on maternal lactation and in breast-fed infants, indicating a quantifiable probable causation. Information should also be provided with respect to those drugs that present no safety problems where published literature specifically makes that determination. All drug data within records must follow the approved drug record template at http://toxnet.nlm.nih.gov/help/LactMedRecordFormat.htm, and be referenced to available source references. There is no travel necessary for this requirement. Specific tasks include a comprehensive review of the literature for each substance entry edited or newly created. This will involve online searching of NLM and other databases for citations, evaluating the information and incorporating what is relevant into the appropriate LactMed records. The uploading of these records will be accomplished utilizing SIS' SSEUS data entry system. These updated and new records will be further reviewed by the LactMed COR before public release. User inquiries related to the database and received by SIS are typically routed to the COR, who will reply directly or refer more complex ones to the Contractor for reply. PROJECT DELIVERABLES A monthly status report is required. This information, including the number of records uploaded, the dates, and the nature of the changes and additions will be available via the SSEUS system LEVEL OF EFFORT Annual Labor Hour Estimate for LactMed Database 1.Direct Labor (Creating New Records): 100 hours 2.Direct Labor (Maintenance of Existing Records): 250 hours 3.Direct Labor (Uploading Records to Database) = 40 hours 4.Direct Labor (Answering user queries) = 10 hours 508 COMPLIANCE Section 508 of the Rehabilitation Act requires agencies' electronic and information technology be accessible to people with disabilities. The LactMed data must be Section 508 compliant. Specifically, the end product must be conformant with all applicable provisions, including: 1194.41 Information, documentation, and support This provision can be found at http://www.access-board.gov/sec508/standards.htm NLM follows HHS' Section 508 Documentation Compliance Checklists http://www.hhs.gov/web/508/checklists/index.html Section 508 Program Need Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the LactMed database requirement. Section 508 Product Requirements Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least the information, documentation, and support requirement identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Section 508 Evaluation Factors Responses to the solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria The monthly status report, a deliverable which is part of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. The proposals for the LactMed data must include a GPAT, which is included as a part of the solicitation. 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. 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: Personnel (40 Points) Proposal demonstrates that staff is competent and experienced in the skills required in the Statement of Work. Resumes of staff/consultants reflect not only academic qualifications, but also length and variety of experience in similar tasks and clearly demonstrate relevant training and experience. The percentage of time each staff member will contribute to the project is adequately identified. Proposal identifies a clear line of responsibility for the project. The proposal clearly documents the proposed staff's relevant expertise, education, availability and experience. Criterion B: Past Performance (30 Points) 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. Criterion C: Understanding the Requirements and Technical Approach (30 points) Proposal demonstrates an understanding of the requirements and indicates a clear awareness of the contract purpose and objectives. The proposal demonstrates in a detailed manner the approach and ability to perform all tasks and deliverables in the statement of work. The proposal details the manner in which the project will be carried out and conveys an understanding of the information to be compiled and delivered. 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 Friday, May 10, 2013 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, Tuesday, May 7, 2013 to Kimberly D. Pringle, Contract Specialist at pringlek@mail.nih.gov. 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 52.212-3, 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/NIHLM2013664/listing.html)
- Place of Performance
- Address: Contractor Site, United States
- Record
- SN03052169-W 20130505/130503234306-b3d5f0c2b8225f5e118007d6dd7bdff8 (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 |