SOLICITATION NOTICE
P -- Salvage and Recovery of National Library of Medicine Collections Damaged During Disasters - GPAT - Evaluation Criteria - Statement of Work
- Notice Date
- 8/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624230
— Emergency and Other Relief 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
- NIHLM201800074KB
- Archive Date
- 9/1/2018
- Point of Contact
- Keturah D. Busey, Phone: 3014966546
- E-Mail Address
-
buseyk@mail.nlm.nih.gov
(buseyk@mail.nlm.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Technical Evaluation Criteria for Salvage Technical Evaluation Criteria for Recovery Government Product/Service Accessibility Template (GPAT) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information contained in this notice. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through August 1, 2018 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-99. This is a Request for Quotation (RFQ) is to establish multiple Blanket Purchase Agreements (BPAs) in support of the National Library of Medicine (NLM). This acquisition is an unrestricted solicitation and the NAICS code is 624230. This announcement constitutes the formal Request for Quote (RFQ) and NO additional written solicitation will be issued. It is anticipated that multiple awards will be made from this solicitation and that the awards will be made on or about September 30, 2018. All BPA awards will be available for use by the entire NLM. The cumulative of all BPA Call task orders issued for the base year and all options must not exceed $7.5 million. Upon the need of a task order, NLM will solicit quotes from each vendor awarded under each specific category. NLM will not obligate dollars until a BPA Call task order is issued as this requirement is contingent upon an event that caused damaged beyond recovery in a disaster. The BPAs will be established for a one-year base period and four one-year option periods, for a total possible duration of five years if all options are exercised. The BPAs will be established based on a lowest price, technically acceptable basis, broken down into two (2) distinct categories with several core areas of concentration. These are as follows: Category 1: Salvage Areas of concentration •Safety Precautions •General Collection Print Materials •Historic Collection Print Materials •Historic Collection Manuscripts and Papers •Historic Collection Photographic Negatives and Prints •Microfilm •Motion Picture Film •Magnetic Tape Category 2: Recovery Areas of concentration •Recovery Plan •General Collection Print Materials •Historic Collection Print Materials •Historic Collection Manuscripts and Papers •Historic Collection Photographic Negatives and Prints •Microfilm •Motion Picture Film •Magnetic Tape After the award of a BPA Call order for salvage and recovery services, and annually for each exercised Option Year, the Vendor will arrange to visit the Library to meet with NLM staff, survey the collection storage areas and review care and handling procedures for NLM collection materials (all media). Agreed-upon procedures will be made available to Vendor and designated NLM staff. BPAs will be established based on a lowest price, technically acceptable basis, broken down into the two (2) distinct categories as outlined above and in the Statement of Work (see attachment). During the life of these BPAs the Government may award additional BPAs for similar requirements. Additional BPAs will not necessarily have the same end date as those initially awarded. The attached Addendum to Terms and Conditions of Purchase Order shall be made a part of any purchase order awarded as a result of this RFQ. A final best-value analysis will be performed taking into consideration the results of the technical evaluation, price analysis, and adequate resources to respond to the Government's need. The Government reserves the right to make an award to the best value of the Government, technical merit, price, and other factors considered. The NLM reserves the right to make a single award, multiple awards, or no award at all as a result of this RFQ. In addition, the RFQ may be amended or cancelled as necessary to meet NLM's requirement. Vendor shall furnish services, qualified personnel, material, equipment and/or facilities as needed to perform the work as stated in the Statement of Work (SOW). The Statement of Work and Evaluation Criteria of this requirement are included in the Attachments Section of this solicitation All proposals received via eCPS by August 17, 2018 at 12:00 PM EST will be considered by NLM. The National Library of Medicine (NLM) requires proposals to be submitted via eCPS.: 1) Electronic copy via the NLM electronic Contract Proposal Submission (eCPS) website at https://ecps.nih.gov/NLM. All submissions must be submitted by 12:00 PM Eastern Time on August 17, 2018. Vendors must submit questions via email to Keturah Busey at buseyk@nih.gov, must include "NIHLM201800074KB" in the subject line. The deadline for vendors to submit questions is noon on August 8, 2018. For directions on using eCPS, go to https://ecps.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. Submission of proposals by facsimile or e-mail is not accepted. Firms interested in responding to this notice must be able to provide the professional services required by NLM. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered. Inquiries regarding this procurement may be made via email to Maryann Meza, Contract Specialist buseyk@nih.gov. Please include the solicitation number "NIHLM201800074KB" in the subject line. Solicitation Provisions Incorporated by Reference [FAR 52.252-1, February 1998] This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contract Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its proposal. In lieu of submitting the full text provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its proposal. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.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). The following clauses and provisions shall apply to this acquisition and may be obtained from the web site: FAR 52.212-1, Instructions to Offerors-Commercial Items (January 2017), FAR 52.212-2, Evaluation-Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: Unique Entity Identifier [52.204-6 (October 2016)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (January 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 (January 2017), as well as the following clauses cited therein: FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend the Term of the Contract (March 2000); FAR 52.222-18, Availability of Funds (February 2001); and FAR 52.242-17, Government Delay of Work (April 1984).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM201800074KB/listing.html)
- Record
- SN05015788-W 20180803/180801231429-be276c34490cf96c54037c18de24ffd0 (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 |