SOLICITATION NOTICE
R -- U.S. and Foreign Subscription Services for National Library of Medicine - Package #1
- Notice Date
- 1/8/2015
- 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
- NIHLM2015380-UHP
- Archive Date
- 2/21/2015
- Point of Contact
- Uyen H Phuong, Phone: 301-496-6127
- E-Mail Address
-
phuongu@mail.nih.gov
(phuongu@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- NIHLM2015380-UHP Region 2 Subscriptions List NIHLM2015380-UHP Region 1 Subscriptions List NIHLM2015380-UHP Statement of Work NIHLM2015380-UHP Solicitation Package This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. The procurement is being conducted under Contracting by Negotiation in accordance with FAR Part 15. This announcement constitutes the formal Request for Proposal (RFP) NIHLM2015380-UHP. The resultant contract will be a Fixed-Price. The solicitation document and incorporated provisions and clauses are those in effect through December 2014 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-78. This acquisition is NOT 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) intends to procure approximately 8300 subscriptions for biomedical literature published in one of two regions, as follows: Region 1: North America, including Canada and Mexico, and the United Kingdom; Region 2: Europe, Japan, Australia, New Zealand, Israel and South Africa. Vendors should submit their proposals in one or both of the above service Region(s). Proposals should specify the Region(s) being offered. It is anticipated that UP TO TWO AWARDS will be made from this solicitation. This requirement is for one base year will begin on or about March 23, 2015 through February 22, 2016 with options for four (4) successive one year periods. TECHNICAL EVALUATION FACTORS Technical factors are of paramount consideration in the award of the contract; however, price is also important to the overall award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government can make tradeoffs among price and technical factors in determining which Offeror offers the best value by awarding to other than the lowest price Offeror or other than the highest technically rated Offeror. Offerors are advised that award will be made to that Offeror whose proposal provides the best overall value to the Government. TECHNICAL EVALUATION CRITERIA In determining which proposal represents the best value and results in the lowest overall price alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs, the Government shall evaluate proposals using the following technical evaluation criteria, which are listed in the order of relative importance with weights assigned for evaluation processes: FACTOR WEIGHT CRITERION A - Understanding the Requirements and Technical Approach (30%) 1) The feasibility and practicality of the approach to executing the requirement; 2) Understanding the difficulty and complexity of the work; 3) Recognition of potential difficulties in performance and the soundness of proposed solutions especially as they relate to the specific geographic areas proposed; 4) The commitment and methods to be employed to ensure timely, complete and responsive adherence to the requirements established in the Statement of Work; 5) Any proposed optional services that may be offered in addition to those outlined in the Statement of Work. CRITERION B - Corporate capability (30%) 1) The offeror's demonstrated record of successful technical expertise in providing similar services to other medical, scientific, research, or academic libraries of comparable size to NLM and which include the supply of serials from the regions which the requirement covers. 2) Evidence of experience and familiarity with biomedical publishing for the countries proposed to be serviced. 3) How the company will allocate overall resources to this project. 4) Size and makeup of the offeror's database and degree to which entries comply with international bibliographic practice, as well as frequency of update and currency of data in the database and the detail presented to external users. 5) The capabilities of the offeror's automated system including search features, incorporation of standards such as EDI, and its availability to NLM through the Internet. 6) The capabilities of the offeror's consolidation service to perform the requirements in this project. CRITERION C - Personnel (20%) 1) Qualifications of the offeror's personnel including the type of personnel, their background experience, relevant academic preparation, training and availability. Resumes and references for individuals proposed to fill key positions should be given. 2) Qualifications of any subcontractors used to assist the offeror with acquisition of specialized material or in special geographic areas. 3) Assignment of managerial, supervisory, and quality assurance responsibilities. CRITERION D - Past performance (20%) 1) Three to five existing clients must be given as references with names, addresses and telephone numbers of persons with knowledge of the offeror's recent performance on projects of a similar nature and complexity to the requirements of this project. Quality of the offeror's past performance based on information obtained from references provided by the offeror, as well as other relevant past performance information obtained from other sources known to the Government. Reputation for reasonable and cooperative behavior and commitment to customer satisfaction. Adherence to contract schedules, including administrative aspects of performance. 2) Assessment of relative risks associated with each offeror. Performance risks are those associated with an offerer's likelihood of success in performing the acquisition requirements as indicated by the offeror's record of past performance. All proposals received by Friday, February 6, 2015 at 4:30 P.M., EST (Eastern Standard Time) will be considered by the National Library of Medicine (NLM). Responses must be in writing, and must include pricing information and meet the criteria requirements. All responses from responsible sources will be considered. Inquiries regarding this procurement may be made to the National Library of Medicine, Office of Acquisitions, 6707 Democracy Boulevard, Suite 105, Bethesda, Maryland 20892-5488, Attention: Uyen Phuong, Contracting Officer via email at phuongu@mail.nlm.nih.gov no later than January 30, 2015 at 12:00 P.M. EST. ** The Statement of Work (SOW) of this requirement is attached to this solicitation. ** All offerors must submit ONE (1) signed original and FOUR (4) copies of the proposals on or before 4:30 P.M., EST, February 6, 2015 to: Uyen Phuong Contracting Officer National Library of Medicine, NIH Office of Acquisitions 6707 Democracy Blvd., Suite #105 MSC 5488 Bethesda, MD 20892-5488 All proposals received before the deadline for submission of proposals stated in this publication of solicitation will be considered by NLM. FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. 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 solicitation and maybe obtained from the website http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), FAR 52.212-2, Evaluation-Commercial Items (October 2014). 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 2014)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (December 2014)-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 (December 2014).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015380-UHP/listing.html)
- Record
- SN03611846-W 20150110/150108235116-d7c9e7faacf9eef9b940e8b2f75714cf (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 |