Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
MODIFICATION

R -- Exhibit Management Support Services

Notice Date
9/4/2003
 
Notice Type
Modification
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894
 
ZIP Code
20894
 
Solicitation Number
03179SAN
 
Response Due
9/10/2003
 
Archive Date
9/25/2003
 
Point of Contact
Susan Nsangou, Contract Specialist, Phone 301 496-6546, Fax 301 402-0642,
 
E-Mail Address
NsangoS@mail.nlm.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT ONE DATED 09/04/2003 RFQ 03-179/SAN is amended to (1) extend the due date to Wednesday Sept. 10 2003 12 pm; (2) add evaluation criteria; and (3) provide additional information/clarification in response to questions. In determining best value, the Government shall evaluate proposals using the following evaluation criteria that are listed in descending order of priority: A. Experience, Expertise & Availability of Staff 25 points The offeror's staff shall be evaluated based on descriptions of key roles illustrating an appropriate skill mix and experience of key staff and other proposed technical, management, and project support staff. In addition to staff qualifications, proposals shall also be evaluated on the availability of the proposed staff. B. Corporate Capabilities and Past Performance 25 points This refers to the offeror's corporate resources, capabilities and performance results (outcomes) of similar contract (and project) efforts. A minimum of three (3) relevant contracts and projects referenced must have been completed within the past five (5) years or currently in progress for services and support similar to the requirements of the statement of work that reflect the technical approach of this solicitation. The offeror's corporate capabilities shall be evaluated based on the offeror's description and discussion of its corporation (and any proposed subcontractors) demonstrating corporate resources and capabilities to perform the tasks contained in the statement of work. The Government shall conduct reference checks in order to determine the offeror's corporate past performance. In this regard, for each key personnel proposed and for each contracted project listed, the offeror shall provide a point of contact (name and telephone number) to support past performance. C. Technical and Management Approach 25 points The offeror shall be evaluated on how it proposes to plan, manage, control, and provide the support and services required in the statement of work. The offeror should discuss its approach to meeting the requirements of the statement of work in sufficient detail to demonstrate its understanding of the requirements and to allow NCBI to evaluate its approach. D. Schedule 25 points The offeror shall be evaluated on its technical and management approach on meeting schedules and short deadlines. The offeror should discuss how it meets schedule and deadlines. In addition, the offeror should discuss how they plan on providing up-to-date information on exhibits. Additional information/clarification is attached to the synopsis under a separate amendment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as Request For Quotes (RFQ) 03-179/SAN. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This is a small business set-aside. The NAICS code is 541618 with a small business size standard of $6.0 million. The National Center for Biotechnology Information, NCBI (National Library of Medicine/National Institutes of Health) requires Exhibit Management Services for an 8?x10? Skyline Mosaic/Truss exhibit system display. The NCBI travels to various conference/meeting sites primarily throughout the U.S. to promote its database services. The NCBI provides integrated access to DNA and protein sequence data, associated mapping data, protein structures, and MEDLINE. There are ?hands on? demonstrations of the GenBank database, the Entrez retrieval system, PubMed for MEDLINE searching, BLAST and VAST similarity searches for sequence and structures and the Banklt and Sequin sequence submission software provided at each location in which the NCBI exhibits. The Contractor shall provide Exhibit Management Services for the NCBI display at approximately 20 exhibits per year. The exhibit travels on two pallets 4?x4?x4?. These pallets contain the display as well as other presentation materials. The NCBI shall provide show schedule and exhibitor kit for each show with requirements noted to Contractor (when possible 30-45 days prior to ship date). The Contractor will provide Turn-Key services on a per exhibit basis. The NCBI understands that every attempt will be made to utilize the above mentioned display at all exhibits, but also understands that there may be times when the NCBI will opt to send the pop up (back up) display or rent a display due to overlapping exhibit dates. Proposal should include Turn-Key Service including but not limited to: 1.)Preparation and submission of all show documents (orders to show contractors, shipping information.) 2.) Unless the NCBI advises otherwise, orders should be placed as follows for each show. Contractor shall make payment to all show vendors for the NCBI (proposal should include service charges. Show labor/Material handling Telephone Internet Access (T1 line when appropriate)? Electrical? Cleaning? Audio Visual ? Furniture? Carpet? Lead Retrieval? Inbound/outbound inspections The Contractor shall take full financial responsibility in coordinating the above services for the NCBI and report directly to the Project Officer. 3) Contractor shall provide proof of insurance to NCBI for all materials stored. Insurance is to be provided 24 hours day/7 days week. 4) Exhibit preview/pack and inspection upon return. Contractor shall provide a condition report in a timely manner (within 48 hours of return of exhibit). This report will include photo documentation and the costs associated with any damaged items. 5) NCBI to provide graphic inventory list - which shall be updated as new graphics are acquired. 6) Contractor shall arrange and coordinate with all vendors including: Show management, freight company, installation & dismantling company. 7) Monthly storage of all exhibit materials. Proof of insurance required. 8) Pre-show planning and communication of any potential delivery conflicts or challenges. Post show report including damage documentation/explanation (to best of Contractor?s ability), and repair estimate provided within 2 days of completion of exhibit. 9) Due to critical deadline and necessity of the exhibit getting to its destination on time, every time, the NCBI asks to be apprised of problems immediately (as they occur) in order to make the best possible contingency plans. Contractor should have on-call personnel available 24 hours day/7 days week for emergencies outside of normal business hours. Primary point of contract shall provide cellular phone number. Contractor shall have a complete list of ?shipment history?. 10) Contractor shall provide design, graphics and production of replacement laptop stands, literature racks w/case and pullup displays. And additional compartmentalized shipping cases that are required for the safe storage of the NCBI exhibit. Fee for service will need to be approved by Project Officer before work is to be performed. Delivery point of the services shall be assigned by exhibit as established by the NLM. This requirement is for a base year and the option of four one-year option period(s.) RESPONSES ARE DUE BY 12:00 PM EST FRIDAY SEPTEMBER 5, 2003 AND SHALL BE SENT VIA EMAIL TO: NSANGOS@MAIL.NLM.NIH.GOV. The following clauses and provisions apply to this acquisition and may be obtained from the web site http://www.arnet.gov/far/: FAR 52.212-1, Instructions to Offerors ? Commercial; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; FAR 212-4, Contract Terms and Conditions ? Commercial Items; and FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20894
 
Record
SN00425059-W 20030906/030904213144 (fbodaily.com)
 
Source
FedBizOpps.gov 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.