Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2011 FBO #3572
SOLICITATION NOTICE

R -- ToxLearn

Notice Date
9/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
HHS-NIH-NLM-11-161-KDP
 
Archive Date
9/30/2011
 
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
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information contained in this notice. The procurement is being conducted under Simplified Acquisition Procedures in according to FAR Part 13. This announcement constitutes the formal Request for Quotes (RFQ) HHS-NIH-NLM-11-161-KDP. The solicitation document and incorporated provisions and clauses are those in effect through August 2011 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-53. The North American Industry Classification System (NAICS) Code is 511210; and this acquisition is a small business set-aside. Contract type is fixed price. BACKGROUND The Specialized Information Services (SIS) Division of the National Library of Medicine (NLM), via its Toxicology and Environmental Health Information Program (TEHIP), is responsible for building, coordinating, linking to, and making publicly available online a variety of information resources related to subjects such as toxicology, environmental health, chemical safety, and occupational medicine. Included within this effort are initiatives in education and outreach. An online tutorial known as ToxTutor (http://sis.nlm.nih.gov/Tox/ToxTutor.html), developed over ten years ago, has proved to be a successful tool to educate users of TEHIP's TOXNET databases in the basics of toxicology. To keep pace with significant changes in the subject matter of toxicology and instructional Web technology, it is now time to review, update, and expand these tutorials. NLM has entered into a collaborative engagement with the U.S. Society of Toxicology (SOT) to accomplish this. Through a Steering Team consisting of NLM and SOT staff, and SOT members, a revised outline of 11 modules has been developed for the series, re-named ToxLearn. The Steering Team will be identifying appropriate authors to initially draft content for the modules and work closely with a multi-media production company to iteratively create Web-based products utilizing current Web technologies, including animations, links and audio. The funding of the content portion of this joint project will be undertaken by the SOT. Module 1 is already complete and publicly accessible online (see http://toxlearn.nlm.nih.gov). The present procurement seeks funding for Modules 2 to 11, into the same Flash-based multi-media package, accessible on the Web. PURPOSE AND OBJECTIVE OF THE PROCUREMENT To continue to work with the authors, the Steering Team (discussed in 1.0 above) and NLM to produce, iteratively refine, and fine-tune tutorials 2-11 to achieve a solid marriage between text and images. Modules 2-5 will cover the following subject areas: 2. Cells and Tissues/Injury and Repair, 3. Modes of Toxicity 4. Toxicity to Organ Systems and 5. Cancer. Modules 6- 11 will be selected from topics such as factors influencing toxicity, toxicokinetics and toxicodynamics, toxicity assessment - human, animal, toxicity assessment - ecological and applied toxicology - risk assessment, in silico methods in toxicology, etc. The contractor will perform the following tasks: 1.1 Split the text into pages of approximately 100 words each to allow transparent streaming of data over the Internet (i.e. the next page is preloaded as the current page is read). Although the contractor will not change any content, per se, recommendations may be made to alter or re-structure text to optimize the visual presentation. In other words...Divide each module into pages (or slides ) of about 100 words to allow transparent streaming of data over the Internet, so that as a page is being read, the next page is being preloaded... 1.2 Graphic artists will suggest a combination of ready made graphic libraries and tailor made graphics to fit the content. The contractor's development staff will proceed to assemble the program with text, graphics, and animations. The multimedia tutorial will be uploaded to the contractor's server for NLM to review. 1.3 NLM staff and the Steering Team will review the tutorial online. Changes in graphics, as well as minor editorial changes can be requested at this point. NLM will provide the text of the Credits page, which can include a module update date. 1.4 The contractor implements the changes and uploads the newest version of the tutorial online, then e-mails NLM for final approval of text and graphics. 1.5 NLM will approve the text and graphics of the tutorial. 1.6 Optional audio may be added, with the contractor narrating and synchronizing it with the text. NLM reviews the audio and suggests changes, which the contractor then implements. NLM approves the entire package. 1.7 The contractor will provide a Section 508-compliant PDF summary including all the text of the tutorial without questions. Selected colored illustrations will be included in the Summary PDF file. 1.8 The contractor will deliver the packaged module, including the tutorial and PDF, to NLM, with installation instructions. 508 Compliance Section 508 of the Rehabilitation Act requires agencies' electronic and information technology be accessible to people with disabilities. The ToxLearn modules must be Section 508 compliant. Specifically, the end product must be conformant with all applicable provisions, including: 1194.22 Web-based intranet and internet information and applications. 1194.31 Functional performance criteria. These provisions can be found at http://www.access-board.gov/sec508/standards.htm 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 following program need: Toxicology Instructional Modules. Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria 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, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria The web site design project deliverables as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. The proposals for the ToxLearn project must include a GPAT, a sample of which is included as a part of the solicitation. All resulting electronic files and reports delivered by the contractor will become the property of the Government. The electronic files and reports delivered by the contractor will be reviewed and approved for acceptance by the Project Officer upon delivery by the contractor. 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. Content and 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. 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: Soundness of the Approach (40 Points) Proposal describes the proposed approach to comply with each of the requirements specified in the solicitation. The quote is consistent with the stated goals and objectives. The proposed approach of ensuring the achievement of timely and acceptable performance is well documented and sound. Milestone and/or phasing charts illustrate the logical sequence of proposed work events, technical accomplishments and deliverables. Quotes should include examples of previous projects that demonstrate the contractor's ability to analyze and implement technical approaches and/or the contractor's experience with instructional modules in an online flash-based multi-media environment. Understanding the Problem (20 Points) Quote demonstrates a thorough and complete understanding of the requirements and indicates a clear awareness of the contract objectives. Quote provides evidence that the offeror has a deep knowledge of the subject to be able to anticipate and avoid problems, and to react appropriately when problems do arise. Personnel (20 Points) The proposed staff is competent and experienced in the skills required in the solicitation. Resumes of staff and consultants reflect not only academic qualifications, but also length and variety of experience in similar tasks and clearly demonstrate relevant training and work experience and accomplishments. If subcontractors are proposed, information is provided to support the qualifications of the subcontractors. Past Performance (20 Points) (Demonstrated commitment to customer satisfaction and timely delivery of high quality products and services.) Offerors shall submit a list and description of examples of contracts completed during the past three years and 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 commitment to customer satisfaction; and (4) business-like concern for the interests of the customer. The project start date shall be within 10 days after award. The period of performance is twelve (12) months after Task Order award, with options to extend the term for four (04) one-year periods. Inclusion of options does not commit the Government to exercising the options. Proposal Submission The offeror shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its quote. All questions and inquiries regarding this combined synopsis/solicitation should be emailed to pringlek@mail.nih.gov no later than Friday, September 9, 2011 at 3:00 PM local prevailing time. Quotes received by Thursday, September 15, 2011, 12:00 PM local prevailing time will be considered by NLM. Responses must be in writing, and must include pricing information and meet the criteria requirements. All responses from responsible sources will be considered. Please submit an electronic copy of the quote on or before 12:00 PM local prevailing time, September 15, 2011 to: Kimberly D. Pringle Contract Specialist National Library of Medicine, NIH Office of Acquisitions 6707 Democracy Blvd., Suite 105 MSC 5488 Bethesda, MD 20892-5488 (20817 for courier services) The contractor 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 Regulation (FAR): https://www.acquisition.gov/Far/. The FAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to submit proposals in accordance with the provision of FAR 52.212-1, Instructions to Offerors Commercial Items (June 2008). FAR 52.212-2, Evaluation - Commercial Items (January 1999). 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 (October 2010)-With DUNS Number Addendum [52.204-6 (April 2008)]. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (June 2010) and Addendum to Clause for Year 2000 Compliance (July 1997); FAR 52 212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (October 2010).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/HHS-NIH-NLM-11-161-KDP/listing.html)
 
Place of Performance
Address: contractor site, United States
 
Record
SN02562602-W 20110905/110903233247-740910f2a4e30592c373fb070bb87f87 (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.