SOLICITATION NOTICE
R -- Enhancement of patient safety through the linking of digital images of prescription solid dosage form medications to the Structured Product Labeling (SPL) files - SOW and Addendum
- Notice Date
- 8/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541922
— Commercial Photography
- 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-09-156-SYV
- Archive Date
- 9/18/2009
- Point of Contact
- Kimberly Pringle, Phone: 301-496-6546
- E-Mail Address
-
kp271m@nih.gov
(kp271m@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment #2 (Addendum) Attachment #1 (Statement of Work) This is a combined synopsis/solicitation. This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12 and under the authority to use simplified acquisition procedures for commercial requirements provided in FAR 13.5. This announcement constitutes the formal Request for Quotation (RFQ) and a separate written solicitation WILL NOT be issued. The solicitation number is RFQ No. NLM-09-156-SYV. This solicitation document and incorporated provisions and clauses are those in effect through FAR FAC 2005-35 (July 2009). This acquisition is a 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 541922, with a small business size standard of $7.0 million. A. BACKGROUND: The National Library of Medicine (NLM) and the Food and Drug Administration (FDA) have established a collaborative relationship to enhance patient safety through the linking of digital images of prescription solid dosage form medications to the Structured Product Labeling (SPL) files and the substance information of those pharmaceuticals. The National Library of Medicine will use these images to create a resource for identification of pharmaceuticals through a search system. Software image processing of the digital images will aid in both of these objectives. Images created through this collaboration will be of a quality and resolution to support the objectives of this SOW and be a resource for further research. B. OBJECTIVES: The objectives of this SOW are to: 1) receive and photograph prescription and non-prescription solid dosage form medications (hereafter referred to as "samples") sent voluntarily by pharmaceutical manufacturers, or acquired by other methods which support the mission of the project 2) to implement a photography lab, at an FDA-provided location, capable of performing the imaging required for this project, 3) to perform image processing on the resulting images, record the resulting metadata, and provide a system for submitting manufacturers to retrieve those images, 4) to dispose of the samples in an environmentally and legally appropriate manner, 5) develop and host the non-confidential portion of the SRS system. NOTE: It is anticipated that this requirement will require the full-time services of a Lead Photographer and an Assistant Photographer. The first week of this requirement will consist mostly of orientation and training. Period of Performance: It is anticipated that the award will be for the period of performance of three months from the date of award, with the possibility of a one one-month option. C. REQUIREMENT/STATEMENT OF WORK (SOW): This Statement of Work (SOW) for this requirement is included as Attachment No. 1. D. EVALUATION AND BASIS FOR AWARD: Evaluation Criteria for Technical Proposal (Criterion Weight) A. Understanding the Requirement and the Technical Approach (35 Points) B. Corporate Experience and Personnel (20 Points) C. Past Performance (45 Points) Total Possible Points: 100 Evaluation Factors for Award The technical portion of quotations will receive paramount consideration in selecting a vendor. However, cost/price will also be a significant factor in the event that two or more vendors are determined to be essentially equal following the evaluation of technical factors. The following technical evaluation will be used in evaluating offers: A. Understanding the Requirement and the Technical Approach (35 points) The offeror shall provide a written proposal demonstrating an understanding of the purpose and intent of the task order requirements through a comprehensive description of the proposed approach; and describe procedures to ensure that the project goals will be met. The offeror shall demonstrate understanding of the fundamental concepts of macro photography and also, the techniques required to create high-quality macro images of solid dosage pharmaceuticals. The proposal shall demonstrate sufficient contractor experience and knowledge to assure efficient execution of tasks. B. Corporate Experience and Personnel (20 points) This criterion will be evaluated based on the description of the organization, personnel and project experience. The proposal should include a detailed description of the organization. The experience of the personnel should be outlined. Proposals must provide an explanation of how the corporation will allocate overall resources to this project, and an identification of a clear line of responsibility for the project. Corporate experience will be evaluated based upon the offeror's documented prior experience with similar activities. Proposed personnel shall be evaluated on their demonstrated, documented and relevant expertise, education availability and experience. C. Past Performance (45 points) The government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of high-quality products and services. 1) Vendors will submit a list and description of the last five contracts completed during the past three years and all contracts currently in process. For each contract/subcontract identified, include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (include client name and telephone number), and a description of work performed. 2) The offeror shall submit samples of macro photographic work produced during past contracts (which may or may not be associated with the contracts in section C1). The offeror's samples will be evaluated on their demonstration of understanding of macro photography principles and practices. D. OFFERS All proposals must be received by 3:00 p.m. (local prevailing time) on September 3, 2009. Electronic copies are acceptable. However, one signed original of the proposal must be received within one business day from the time designed for receipt of all offers. All responses must be in writing and must include pricing information and meet the criteria requirement. All responses from responsible sources will be considered. All proposals and inquiries regarding this procurement must be submitted to the Office of Acquisitions, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, MD 20894-5488 (20817 for courier services) Attention: Suet Vu, Contract Specialist, at 301-435-4387 or via e-mail to sv32d@nih.gov. All questions regarding the combined synopsis/solicitation must be received by Thursday, September 3, 2009. Please reference the solicitation number "NLM-09-156-SYV" on your proposal and/or inquiries. Facsimile submissions are not authorized and collect calls with NOT be accepted. E. PROVISIONS AND CLAUSES The contractor 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 Regulation (FAR): http://ww.arnet.gov/far/. The FAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212-1, Instructions to Offerors Commercial-Items (June 2008). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications Commercial-Terms (February 2009) - With DUN Number Addendum [52.204-6 (April 2008)]. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (March 2009); Addendum to Clause Year 2000 Compliance (July 1997); FAR 52.215-5, Contract Terms and Condition Required to Implement Statues or Executives Orders Commercial-Items (April 2009); FAR 52.217-5, Evaluation of Options.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-09-156-SYV/listing.html)
- Place of Performance
- Address: Work is to be performed at a facility provided by the Food and Drug Administration, located in Rockville, Maryland., rockville, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN01917931-W 20090821/090820000658-3f96625cbe10a7de5f95f1db7c43ef36 (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 |