Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOLICITATION NOTICE

R -- Medicine in the Americas Cataloging Project - Addendum

Notice Date
7/21/2009
 
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
NLM-09-118-SV
 
Archive Date
8/20/2009
 
Point of Contact
Suet Y Vu, Phone: 301-496-6546
 
E-Mail Address
sv32d@nih.gov
(sv32d@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Quality Assurance Surveillance Plan Statement of Work Addendum FedBizOpps Announcement Commercial Item Acquisition - Competitive Medicine in the Americas Cataloging Project General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: RFQ-NLM-09-118-SV Posted Date: July 21, 2009 Response Date: August 5, 2009 Classification Code: R - Professional, Administrative and Management Support NAICS Code: 519120 - Libraries and Archives Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894 Description This is a synopsis/solicitation for commercial services prepared with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotations (RFQ) NLM-09-118-SV. This solicitation document incorporates provisions and clauses that are in effect in the April 2009 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition IS a 100% 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) owns over 40,000 monographs printed prior to 1923 in the Americas (Canada, the Caribbean, Latin America, Mexico, and the United States). NLM plans to digitize these items as part of a mass digital preservation project, called Medicine in the Americas. In 2007, NLM conducted a pilot project which revealed that the availability of consistent metadata prior to digitization promotes efficiency during the actual digitization workflow. According to a random survey of Americana titles conducted in 2008, almost 80% of these monographs have cataloging records that lack Medical Subject Heading (MeSH) terms. Many of these records were created prior to the implementation of the Anglo-American Cataloging Rules (2nd edition, revised). Though a minority of the titles have full-level AACR2 records that contain MeSH terms, most do not; tens of thousands of records must be upgraded to meet the current national standard for full-level cataloging and ensure the consistency that is required for optimal metadata transfer into NLM's digital repository. Additionally, some Medicine in the Americas monographs do not have distinct cataloging records in Voyager. Decades ago, NLM used a single record approach for cataloging titles that appeared in multiple editions. Although many of these "multiple-edition records" have been recataloged over the years to meet the current standard of one record per edition, there are still several hundred editions that need separate records. These titles should have full-level AACR2 records created for them in Voyager, either by using available OCLC copy or by creating an original record from scratch. Approximately 75% of the Medicine in the Americas works are written in English, with about 15% in Spanish, and less than 10% in French or German. A very small percentage is written in a variety of other languages. The vendor shall perform the following activities: A. Confirm that there is only one bibliographic record for a title in the Voyager database and evaluating what type of cataloging work is necessary: none; record creation for uncataloged titles; single record upgrade; recataloging of multiple edition records; and/or holding and item record maintenance, including the linking of bound-together titles; B. Identify whether single edition records have been cataloged according to full-level AACR2 standard, including a full complement of MeSH terms; C. Upgrade single edition records to full-level AACR2 standard, according to NLM specifications; D. Create separate bibliographic records for uncataloged titles and editions cataloged on multiple-edition records, either by using available OCLC copy or by creating an original record directly in Voyager; E. Confirm that all name headings used in the upgraded or created records have corresponding fully established AACR2 authority records in Voyager; F. Ensure that all bibliographic records have accurate holdings and item records, according to NLM specifications, including proper linking of bound-together titles' Provide Project Officer with proper documentation of upgraded and newly created bibliographic and authority records. The Contractor shall upgrade or create records in accordance with the standards outlined in the MARC 21 Format for Bibliographic Data, the Anglo American Cataloging Rules (2nd ed., 2002 rev, latest update), and the Library of Congress Rule Interpretations, modified to NLM's local specifications. Holdings and item record data shall be verified and/or input according to the NLM Guidelines for Interpreting, Creating, and Maintaining Holdings Records and the NLM Guidelines for Interpreting, Creating and Maintaining Item Records, as modified to local HMD specifications. All work shall be performed in accordance with accepted principles of the NLM's quality standards, MeSH and NLM policies and in adherence to MARC21. This is a performance based effort. The purchase order period of performance will be for a 12-month Base Period of approximately August 7, 2009 through August 6, 2010, with one additional 12-month Option Period and three 12-month Award Period, on a Labor Hour basis [FAR 16.602]; at a not to exceed level of 15,00 labor hours per 12-month period. The following clauses and provisions cited herein are incorporated by reference into this solicitation and may be obtained from the web site http://rcb.cancer.gov/rcb-internet/SAP/sap.htm: FAR 52.212-1, Instructions to Offerors - Commercial (June 2008), and FAR 52.212-4, Contract Terms and Conditions - Commercial Items (October 2008). The attached Addendum to Terms and Conditions of Purchase Order also applies to this solicitation. FAR 52.212-2, Evaluation - Commercial Items (January 1999), also applies with the following three evaluation criteria to be included in paragraph (a) of the provision: (1) Must have a Master of Library Science degree from an ALA-accredited institution and at least 3 years experience providing original cataloging data according to national standards, including AACR2r, LCRIs, and MARC; experience creating authority records according to AACR2 desired; demonstrated proficiency in reading English and one other Western European language, preferably French, German, and/or Spanish at the college level; and knowledge of assigning MeSH to 19th century historical materials and the Voyager cataloging module is preferred; (2) Offerors should illustrate its reputation for professional excellence in cataloging and cooperative behavior and commitment to customer satisfaction. References, with names of persons with knowledge of offeror's past performance and their current telephone number, should be provided in support of the offeror's past performance. (3) Demonstrate ability to upgrade and create monographic cataloging records according to national standards including MARC 21 Format for Bibliographic Data, the Anglo American Cataloging Rules (2nd ed., 2002 rev, latest update), and the Library of Congress Rule Interpretations, modified to NLM's local specifications, and the ability to work well with others.. An award will be made to the offeror who represents the best value to the Government. Experience of Personnel is more important than Past Performance and Past Performance is more important than Management Ability. All three evaluation criteria when combined, are more important than price. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (February 2009), with their offers. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (February 2009), and the attached Statement of Work (SOW) apply to this acquisition, as well as the following clauses cited therein: FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003). Qualifications of contract personnel Librarian with a Master of Library Science degree from an ALA-accredited institution and at least 3 years experience providing original cataloging data according to national standards, including AACR2r, LCRIs, and MARC; experience creating authority records according to AACR2 desired;demonstrated proficiency in reading English and one other Western European language, preferably French, German, and/or Spanish at the college level; and knowledge of assigning MeSH to 19th century historical materials and the Voyager cataloging module is preferred. Sources having the ability to provide the professional services described above and in the attached SOW and Addendum to Terms and Conditions of Purchase Order shall submit clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Suet Vu, Contract Specialist, at 301-496-6546. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 12:00 noon LOCAL PREVAILING TIME ON August 5, 2009, AND SHALL BE SENT VIA E-MAIL TO: vus@mail.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-09-118-SV/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20894, United States
Zip Code: 20894
 
Record
SN01882254-W 20090723/090722000530-e713a0d0c03de52846f869abaf41e23b (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.