SOURCES SOUGHT
R -- Specimen Label Imaging
- Notice Date
- 8/4/2024 3:13:28 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1134749-SS
- Response Due
- 8/9/2024 9:00:00 AM
- Archive Date
- 08/24/2024
- Point of Contact
- Jennifer Peterson, Phone: 9034368959
- E-Mail Address
-
jennifer.l.peterson@usda.gov
(jennifer.l.peterson@usda.gov)
- Description
- Specimen Label Imaging Sources Sought #1134749-SS This is a Sources Sought notice Only.� This is NOT a solicitation for proposals, proposal abstracts, or quotations. �This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. 1.�������� Introduction The US National Fungus Collections located in Beltsville, MD, are housed in the Mycology and Nematology Genetic Diversity and Biology Laboratory (MNGDBL). Approximately one million specimens are contained within the Collections in a mix of paper packets glued to sheets of archival paper and cardboard boxes. Of these specimens, approximately 250,000 have been imaged in terms of outer (packet) labels. All have been minimally transcribed with name of fungus, geographic location, host plant, etc. 2. Scope: The United States Department of Agriculture (USDA) Agriculture Research Service (ARS) the Mycology and Nematology Genetic Diversity and Biology Laboratory requires contractor assistance to image the remaining 750,000 specimen labels, which are attached to approximate 275,000 archival sheets or in smaller boxes contained within a larger box.� 3.�������� Period of Performance ����������������������� Total Per Year (specimens/boxes Year 001�������� Base, Twelve Months 150,000 Year 002�������� Option Yr. 1, 12 Months�������� 150,000 Year 003�������� Option Yr. 2, 12 Months�������� 150,000 Year 004�������� Option Yr. 3, 12 Months�������� 150,000 Year 005�������� Option Yr. 4, 12 Months�������� 150,000 ����������� Total Per Base + Option Years���������� 750,000 The base period of performance: 12 Months, TBD based on date of award. Option Period 1: 12 Months, start date TBD based on award date Option Period 2: 12 months, TBD Option Period 3: 12 months, TBD Option Period 4: 12 months, TBD Total per year includes transportation, freezing and packing if work is done off-site 4.�������� Tasks The contractor will perform the following tasks as a part of this engagement: ����������� Provide safe and secure packing and transport to contractor worksite if proposing offsite work. ����������� Provide 7 days of freezing prior to return and freezer truck transportation back to USDA site if working offsite. ����������� If proposing to work on site, contractor must provide all equipment to perform work capable of at least 600 dpi, 8 bit color TIFF images. ����������� Contractors must handle specimens according to instructions (do not crush, flip or otherwise damage specimens, maintain folder/sheet integrity and order. ����������� Handle one folder at a time. ����������� Photograph entire sheets with multiple packets per sheet/boxes with multiple smaller boxes per larger box. ����������� Crop individual specimen packets and name files with unique number found on each specimen packet. ����������� Name each image file with the unique number or barcode found on each specimen. ����������� Enter each image file name into a CSV or Microsoft Excel file with each packet name and sheet name. 5.�������� Delivery Address: USDA ARS MNGDBL, BLDG 010A Rm 246 10300 Baltimore Ave, Beltsville, MD 20705 6.�������� Government Supplied Resources The government shall provide workspace access to the contractor while onsite. Government furnished resources can be obtained between the hours of 6:00 a.m. to 9:00 p.m. Monday through Friday. The government will provide a mobile tabletop workstation for contractor�s equipment. Guest wireless access may be provided. 7.�������� Deliverables: Provide Master File Uncropped Sheet/Box Image 8-bit color TIFF 600 ppi Provide Master File Cropped Specimen Image 8-bit color TIFF 600 ppi Provide Downsampled Uncropped and Cropped Image Files as Above Downsampled JPEG 300 ppi Provide Microsoft Excel or CSV file with File Names (barcode or number from packet) Transcribe specimen number and packet name/sheet name only in an Excel type spreadsheet or CSV file to be associated with each image file Provide monthly updates to Lisa A. Castlebury (lisa.castlebury@usda.gov, 301-278-2260) Image files, either on SSD drives supplied by contractor or in secured Cloud storage mutually agreed upon by contractor and USDA and supplied by the contractor. Reports of progress and numbers of sheets/packets processed. Reports of any problems encountered/sheets or packets unable to be processed and the reason. 8.�������� Coordination of Work The contractor shall perform all work described in this Statement of Work in accordance with all applicable Federal, State, and local laws, regulations, codes, technical specifications, manufacturers guidelines, USDA, REE, and the ARS mission. 9.�������� Facility Security Requirements All contractor personnel who work at USDA must have approval for facility access. Prior to work starting, the contractor must supply the names of those employees selected to perform the work. Due to security requirements, pre-notification of all visitors to the USDA Beltsville Agricultural Research Center (BARC) is required. 10.������ Government Supplied Resources The government shall provide workspace access to the contractor while onsite. Government furnished resources can be obtained between the hours of 8:00 a.m. to 5:00 p.m. Monday through Friday. 11.������ Technical Requirements: Photographic equipment capable of 600 dpi digital image captures. Freezers capable of freezing specimens for up to 7 days if working offsite. Insect free storage cabinets/facilities if working offsite. Insect free freezer truck storage for transport back to USDA site if working offsite Software capable of cropping individual packets from each larger sheet image Color correction/white balance based on color standards. Image scale by including a ruler with each image. 12.������ Experience/Business Requirements: Must have demonstrated experience in handling archival and/or museum specimens. Must have demonstrated experience in transcription of botanical and mycological names from typed or handwritten labels. The Contractor Shall: This Sources Sought is only for the purpose of identifying potential sources as part of USDA ARS market research. The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.�� The purpose of this notice is to obtain information regarding the availability and capability of qualified sources including any Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses. Please state if you are a large business or a small business according to the NAICS code listed in this Sources Sought. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Any organization responding to this notice should ensure that its response defines how it can specifically meet the specifications for the items requested.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� After review of the responses received, a Combined Synopsis solicitation notice may be published on Sam.gov. Submit the Following: Capability Statement that demonstrates your ability to meet the specific requirements, including Company Contact Info SAM.gov UEI Number Identify if you are a large business or a small business with NACIS 541990. Original Point of Contact: All responses to this Sources Sought Notice must be received by August 09, 2024, by 12:00 PM EST, the specified due date and time to be considered.� Email responses to Jennifer Peterson at Jennifer.L.Peterson@usda.gov. Responses will not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3b5920fb685e429584f1524518ba3603/view)
- Place of Performance
- Address: Beltsville, MD, USA
- Country: USA
- Country: USA
- Record
- SN07155532-F 20240806/240804230100 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |