SOLICITATION NOTICE
R -- MTIFL Pilot Study Phase II - Combined Synopsis/Solicitation
- Notice Date
- 7/8/2014
- 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
- NIHLM2014182
- Archive Date
- 8/2/2014
- Point of Contact
- Justin Fraser, Phone: 3014354375
- E-Mail Address
-
justin.fraser@nih.gov
(justin.fraser@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-4 and 52.212-5 Addendum to FAR 52.212-2 Addendum to FAR 52.212-1 Statement of Work Combined Synopsis/Solicitation NOTICE OF COMBINED SYNOPSIS/SOLICITATION ANNOUNCEMENT NUMBER: NIHLM2014182 POSTING DATE: 7/8/2014 CLOSING DATE: 7/18/2014 (3 PM EST) PROPOSED AWARD DATE: 8/1/2014 CONTACT: Justin Fraser, Contract Specialist National Library of Medicine 6707 Democracy Blvd Suite 101Q3 Bethesda, Maryland 20892 Telephone Number: (301) 435-4375 NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: 519120 SMALL BUSINESS SIZE STANDARD: $14.0 million This is a combined synopsis/solicitation for commercial services prepared with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items; and FAR Part 13 Simplified Acquisition Procedures; as supplemented with additional information included in this notice. This notice constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as Request for Proposal (RFP) number NIHLM2014182. This combined synopsis/solicitation document incorporates provisions and clauses and includes amendments through FAC 2005-72 FAR revisions effective January 1, 2014, including all FAR Circulars issued as of the date of this synopsis. This acquisition is being set aside 100% to small businesses. The North American Industry Classification System (NAICS) code is 519120, Libraries and Archive Services. The National Library of Medicine (NLM), Library Operations intends to procure Phase II of its MEDICAL Text Indexer Frontline (MTIFL) Pilot Study. The contractor's responsibility for MTIFL is to complete and, as necessary, correct MTIFL indexing. Contractors that did not participate in Phase I of the study will still be considered for award. All proposals shall provide the indexing price PER ARTICLE. The government will consider multiple awards for this requirement. The actual number of articles allocated to each awardee, if any, will depend on the level of interest and the competitiveness (via the evaluation factors) of proposals received in this combined synopsis/solicitation. A copy of the Statement of Work containing more information and an addendum to the terms and conditions of this purchase order along with other related attachments are included in this combined synopsis/solicitation. Contractors shall quote their cataloging price per unit in their proposal as follows: Description QTY MTIFL article indexing Ea Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this contract. The following clauses and provisions cited herein are incorporated by reference into this combined synopsis/solicitation and maybe obtained from the following website: https://acquisition.gov/far/. The combined synopsis incorporates the following provisions: FAR 52.204-7, System for Award Management (July 2013), FAR 52.212-1, Instructions to Offerors-Commercial Items (February 2012) (see addendum for more information), FAR 52.212-2, Evaluation-Commercial Items (January 1999) (see addendum for more information), Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (December 2012)-With DUNS Number Addendum [52.204-6 (April 2008) FAR 52.219-1, Small Business Program Representations (April 2012), FAR 52.225-2, Buy American Act Certificate (February 2009), FAR 52.252-1, Solicitation Provisions Incorporated by Reference (February 1998) The following FAR and HHSAR clauses apply to this acquisition: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (January 2011), FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), FAR 52.204-13, System for Award Management Maintenance (July 2013), FAR 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, FAR or Proposed for Debarment (August 2013), FAR 52.212-4, Contract Terms and Conditions-Commercial Items (February 2012)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)], FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2013), as well as the following clauses cited therein: FAR 52.203-13, Contractor Code of Business Ethics and Conduct (April 2010); FAR 52.219-6, Notice of Total Small Business Set-Aside (November 2011); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (January 2014) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (March 2007); FAR 52.222-36, Affirmative Action for Workers with Disabilities (October 2010); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984), FAR 52.222-50, Combating Trafficking in Persons (February 2009), FAR 52.223-6, Drug-Free Workplace (May 2001), FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011), FAR 52.225-1, Buy American Act-Supplies (February 2009), FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), FAR 52.227-14, Rights in Data-General (December 2007), FAR 52.233-1, Disputes (July 2002), FAR 52.233-4, Applicable Law for Breach of Contract Claim (October 2004), FAR 52.246-4, Inspection of Services-Fixed Price (August 1996), FAR 52.246-25, Limitation of Liability-Services (February 1997), FAR 52.249-1, Termination for the Convenience of the Government (Fixed-Price) (Short Form) (April 1984), FAR 52.252-2, Clauses Incorporated by Reference (February 1998), FAR 52.253-1, Computer Generated Forms (January 1991), HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010), HHSAR 352.227-70, Publications and Publicity (January 2006), HHSAR 352.242-70, Key Personnel (January 2006) All responsible sources having the ability to provide the service described above shall submit a proposal via email to Justin Fraser at Justin.fraser@nih.gov and electronically via the NLM electronic Contract Proposal Submission(eCPS) website at https://ecps.niaid.nih.gov/NLM. For directions on using eCPS, go to https://ecps.niaid.nih.gov/NLM and click on "How to Submit." NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. RESPONSES ARE DUE BY July 18, 2014 at 3 PM EST. All information received will be considered as part of a competitive acquisition. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial proposal(s) is/are fair and reasonable and provide(s) the best value to the government. Moreover, the Government will consider multiple awards for this requirement. RFP number NIHLM2014182 shall be noted on all correspondence relating to this announcement. Inquiries regarding this procurement may be made to Justin Fraser, Contract Specialist, at Justin.fraser@nih.gov or (301) 435-4375. This notice does not commit the Government to award a contract. NO collect calls will be accepted. NO facsimile transmissions will be accepted. ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL, WHICH IF TIMELY RECEIVED, SHALL BE CONSIDERED BY THE AGENCY. Attachments- P01 MTIFL Statement of Work Phase 2 Final.docx P09 Addendum to 52212-2 Evaluation-Commercial Items.docx P09 Addendum to 52212-1 Instructions to Offerors.docx S02 FAR 52.212-4, 5.docx
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2014182/listing.html)
- Record
- SN03418193-W 20140710/140708235546-fc930fee9822a340dfafe85abb243361 (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 |