Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2018 FBO #5978
SOLICITATION NOTICE

R -- Ongoing and/or Intermittend Museum Specialist Services - Package #1

Notice Date
4/4/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
712110 — Museums
 
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
NIHLM201800044-UHP
 
Archive Date
5/15/2018
 
Point of Contact
Uyen H Phuong, Phone: 301-496-6546
 
E-Mail Address
phuongu@mail.nlm.nih.gov
(phuongu@mail.nlm.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Museum Specialist - NLM(RC)-Rights in Data Museum Specialist - Business Proposal Template Museum Specialist - Registrarial Museum Specialist - Traveling Exhibition Museum Specialist - Exhibition Educator Museum Specialist - Exhibition Guest Curator Museum Specialist - Exhibition Coordination Museum Specialist - Reference H Museum Specialist - Reference G Museum Specialist - Reference F Museum Specialist - Reference E Museum Specialist - Reference D Museum Specialist - Reference C Museum Specialist - Reference B Museum Specialist - Reference A Museum Specialist - Quality Assurance Surveillance Plan Performance Work Statement - Museum Specialist 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. This announcement constitutes the formal Request for Quotation (RFQ) NIHLM201800044-UHP. The resultant contract will be indefinite-delivery indefinite-quantity (IDIQ). The solicitation document and incorporated provisions and clauses are those in effect through November 2017 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-97. This acquisition is a 100% small business set-aside and the North American Industry Classification System (NAICS) code is 712110, Museums. The purpose of this requirement is to obtain professional support that is knowledgeable, skillful, and able to provide Museum Specialist services to the ongoing research and production of exhibition content and to monitor and to deliver traveling exhibition resources to national and international customers. The service areas addressed with this requirement include: 1) track and manage assets for online and physical exhibitions; 2) conduct scholarly research into the collections of the National Library of Medicine and write and edit audience focused scripts; 3) write and edit education resources that connect with exhibition topics; 4) manage an international traveling exhibition service; and 5) perform registrarial activities. These five service areas enable the Exhibition Program of the National Library of Medicine to successfully interpret the collections of the institution. This requirement is organized into five (5) areas of service. Offerors may respond to one (1) or more service areas. The government's intention is to contract with the best qualified provider(s) for each service area. Without preference for how many service areas are addressed in individual proposals, the government will make awards based on the best qualified responses for each service area. The five (5) areas of service are: 1. Museum Specialist: Exhibition coordination services 2. Museum Specialist: Exhibition guest curator services 3. Museum Specialist: Exhibition educator services 4. Museum Specialist: Traveling exhibition services 5. Museum Specialist: Registrarial support It is anticipated MULTIPLE AWARDS will be made from this solicitation. This requirement is for one base year will begin on or about July 2, 2018 through July 1, 2019 with options for four (4) successive one-year periods. The site visit is recommended and is scheduled on April 13, 2018 from 1:00 PM to 4:00 PM Eastern Standard Time. All attending participants MUST meet the contract personnel, Uyen Phuong, at 8600 Rockville Pike, the Lobby of Building 38, Bethesda, MD 20894. If you have any additional questions, please contact Uyen Phuong at 301-496-6127. TECHNICAL EVALUATION FACTORS The evaluation factors for this solicitation include technical, which encompass Mandatory Qualifications, Key Personnel, and Management Plan proposed for this award, and Past Performance or previous work experience; and Cost/Price factors. Although technical factors are of paramount consideration in the award(s), Cost/Price is important to the overall award decision. All evaluation factors other than Cost/Price, when combined, are more important than Cost/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 those Offerors whose proposals provide the best overall value to the Government. PLEASE NOTE: PROPOSALS MUST "PASS" THE MANDATORY QUALIFICATION CRITERIA TO BE ELIGIBLE FOR MERIT CONSIDERATION. PROPOSALS THAT "FAIL" THE MANDATORY QUALIFICATION CRITERIA, WILL NOT BE ELIGIBLE FOR AWARD. Mandatory Qualification Criteria pass/fail Listed below are mandatory qualification criteria. The qualification criteria establish conditions that must be met in order for the Offeror's proposal to be considered for award. The Offeror's proposal shall include all information that documents and/or supports this qualification criteria in one clearly marked section of its quotation. 1. A. For exhibition coordination services and exhibition guest curator services, Offeror's Key Personnel must demonstrate five (5) years of relevant experience. That experience is defined as: developing content for public facing projects for museums, libraries, or other cultural institutions. B. For exhibition educator services, Offeror's Key Personnel must demonstrate five (5) years of relevant experience. That experience is defined as developing and producing outlines and materials for formal or informal education activities. C. For traveling exhibition services, Offeror's Key Personnel must demonstrate five (5) years of relevant experience. That experience is defined as managing logistics and customer service. D. For registrarial support, Offeror's Key Personnel must demonstrate five (5) years relevant experience. That experience is defined as care and handling of exhibition assets and artifacts, and coordination of the legal disposition of exhibition assets. 2. For all 5 service areas, Offeror's Key Personnel must indicate experience working for museums or other cultural institutions on a minimum of two (2) projects that involved collaboration with professional, multi-disciplinary creative groups in a team environment. Members of professional, multi-disciplinary creative groups would include: the client, curators, researchers, writers, educators, registrars, conservators, designers, web producers, AV/IT specialists, etc. 3. For all 5 services areas, Offeror's Key Personnel will have training in Museum Studies, Public History, History of Medicine, Education, Linguistics, Language studies, English, Anthropology, American Studies, Library sciences, or other relevant humanities field(s). 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 A. Key Personnel - 50 Points Key Personnel will be evaluated to ensure proposed personnel have the required experience, skills, and abilities to complete task(s) of comparable size, scope, and complexity to the Library's previous projects. Key Personnel requirements are outlined to align with the five (5) areas of service. Offerors are NOT required to respond to more than one service area. Qualifications for Key Personnel for each service area: Museum Specialist: Exhibition coordination services 1. Success communicating with the general public 2. Success communicating orally and in writing with project teams 3. Clarity and accuracy of developing and managing content for museum exhibitions or related content rich websites 4. Comprehensiveness and depth of asset and content research for exhibitions or related content rich websites 5. Working knowledge of or practical experience adhering to widely recognized professional best writing practices (e.g.: Chicago Manual of Style, Shrunk & White), in general, and especially those best practices of the museum community (e.g.: Planning for People in Museum Exhibitions, Exhibit Labels) 6. Demonstrated successful project outcomes with stakeholder, customer, and participant satisfaction 7. Advance degree (Masters or PhD) in Museum Studies, Public History, History of Medicine, Education, Linguistics, Language studies, English, Anthropology, American Studies, Library sciences, or other relevant humanities field(s) Museum Specialist: Exhibition guest curator services 1. Advanced degree (i.e.: PhD) in Public History, History of Medicine, Education, Linguistics, Language studies, English, Anthropology, American Studies, Library sciences, or other relevant humanities field(s) 2. Five (5) years of experience conducting library, archival, cultural research that acknowledges existing scholarship and adheres to best practices as outlined in the American Historical Association Statement of Professional Conduct. 3. Five (5) years of experience writing scripts that translate complex concepts for the public. Museum Specialist: Exhibition educator services 1. Minimum 5 years of experiences in developing outlines and materials for formal or informal educational activities that incorporate: o selected learning outcomes based on national or discipline specific academic standards o primary and secondary sources that serve as real world examples for students to analyze historical events for understanding of current issues o multidisciplinary instructions that reflect connections among different disciplines/factors o differentiated instructions that address targeted learning outcomes/academic goals 2. Understanding of various theories and/or practices of student-centered instruction 3. Familiarity with educational communities and their needs and general practices 4. Experiences in networking and engaging with formal and informal educational communities. Museum Specialist: Traveling exhibition services 1. Knowledge of museum registration practices including but not limited to contracts, databases, management of documentation, and schedules 2. Knowledge and experience in museum exhibition installation 3. Knowledge and experience in visitor and customer service 4. Demonstrated past performance in quality and relevance of products and services of related to exhibitions 5. Demonstrated successful project outcomes with stakeholder, customer, and participant satisfaction Museum Specialist: Registrarial support 1. Knowledge of museum registration practices including but not limited to contracts, databases, management of documentation and schedules 2. Knowledge and experience in museum exhibition installation 3. Knowledge and experience in visitor and customer service 4. Demonstrated past performance in quality and relevance of products and services related to exhibitions 5. Demonstrated successful project outcomes with stakeholder, customer, and participant satisfaction B. Management Plan - 30 Points The Management Plan will be evaluated on the ability of the Offeror to adequately provide the appropriate resources and management skills required to complete task(s) in accordance with the National Library of Medicine's technical requirements, and schedule and cost constraints. The Management Plan needs to address specific requirements of this Performance Work Statement including but not limited to: 1. Clarity of presentation and organization, and typographical accuracy of Offeror's submission to this solicitation 2. Quality Control Plan that emphasizes work output, not workers, and therefore includes all work performed under this contract regardless of whether the work is performed by contractor employees or by subcontractors. 3. Performance management system with processes to assess and report findings to government officials according to schedules. 4. The ability to produce schedules and reports, to monitor projects and track progress, to adhere to schedules. 5. Successful management of quality assurance processes and the work of employees or by subcontractors. 6. Management's commitment of adequate and quality resources to this award as reflected in the completeness, practicality, and feasibility of the proposed management plan and the allocation and delineation of authority. C. Past Performance - 20 Points Past Performance is a project focused, narrative summary of previous work under existing and prior contracts. Past Performance examples should reflect work similar in nature and complexity to the National Library of Medicine's past special displays and traveling banner exhibitions. Past Performance examples should include a narrative description of the project(s), description of Offeror's role on the project, links to visuals of those exhibitions or pictures included in the proposal, and client contact information for references. Offerors must submit at least three (3) past projects completed in the last five (5) years in Past Performance. All quotations received by Monday, April 30, 2018 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 April 20, 2018 at 12:00 P.M. EST. ** Performance Work Statement of this requirement is attached ** Responses to this posting must be submitted via NLM's Electronic Contract Proposal Submission (eCPS) system at https://ecps.nih.gov/nlm, no later than 4:30 p.m., (Eastern-Daylight Savings Time), Monday, April 30, 2018. NOTE: For directions on using eCPS, go to https://ecps.niaid.nih.gov/NLM and click on "How to Submit." 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. Submission of proposals by facsimile or e-mail is not accepted. All quotations received before the deadline for submission of quotations 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 Performance Work Statement. 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 (Jan 2017), FAR 52.212-2, Evaluation-Commercial Items (Oct 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 (Nov 2017)-With Addenda [Representation By Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction Under Any Federal Law and FAR 52.204-6, Unique Entity Identifier (October 2016)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (Jan 2017)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2018).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM201800044-UHP/listing.html)
 
Record
SN04877923-W 20180406/180404231125-f96cb0ec56408937984de0a76d95b4a1 (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.