Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

R -- Microfilm Duplication, Third Party Microfilm Sales, and Offsite Storage of Print Master Microfilm. - Statement of Work (SoW)

Notice Date
8/28/2009
 
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
RFQ-NLM-09-188-UHP
 
Archive Date
9/26/2009
 
Point of Contact
Uyen H Phuong, Phone: 301-496-6127
 
E-Mail Address
phuongu@mail.nih.gov
(phuongu@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Microfilm Duplication, Third Party Microfilm Sales, and Offsite Storage of Print Master Microfilm. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information contained in this notice. The procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13.5. This announcement constitutes the formal Request for Quotation (RFQ) and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through August 2009 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-36. This acquisition is NOT a small business set-aside and the NAICS code is 519120. It is the intent of the National Library of Medicine (NLM) to procure professional services for the duplication of high quality first-, second- and third-generation 35mm roll microfilm, third party sale of microfilm and offsite storage of print master microfilm. EVALUATION FACTORS FOR AWARD The technical proposal will receive paramount consideration over price or cost factors. The evaluation will be based, in addition to price, on a written quotation detailing the demonstrated capabilities of the prospective vendor in relation to the needs of the project as set forth in the Statement of Work. Offerors must submit information sufficient to allow the NLM to evaluate the following criteria for award. Requirements/Maximum Points A. Personnel/40 points Offerors shall submit a detailed staffing proposal, including the names and qualifications of all individuals proposed for this project. The Project Manager shall serve as liaison for the duration of the Purchase Order, and shall have college-level training in the photographic sciences or a minimum of five (5) years experience in the management of high-quality 35mm silver-gelatin microfilm duplication services for libraries or archives. The Supervisor(s) who oversee the work of duplication and inspection technicians shall have a high level of expertise; microphotographic film duplication training; familiarity with relevant microfilming standards and recommended practice; and at least five (5) years experience (within the past eight years) with the careful handling and high quality duplication of 35mm silver-gelatin microfilm. Microfilm inspection and duplication technicians shall have a minimum of two (2) years experience (within the past five years) with the careful handling, inspection and/or duplication of 35mm silver-gelatin microfilm inspection. Offerors shall include: (1) staff positions (type and level) and their specific duties; (2) qualifications of individuals proposed for each position; (3) resumes for individuals proposed to serve as Project Manager and Supervisor(s) of microfilm duplication and inspection technicians on this project. Evaluation criteria: (1) clarity, relevance and specificity of the staffing proposal; (2) understanding of the knowledge, skills and abilities required; (3) adequacy of the type/level of each position in relation to the tasks to be performed by the individual in that position; (4) qualifications of the individuals proposed to work on the project. B. Understanding of the Requirement and Technical Approach/30 points Offerors shall submit a logical and detailed description of all aspects of the work to be performed, including relevant features of the facility where NLM film will be stored and the evaluation and duplication work will be performed. Among the topics to be included are: film evaluation and duplication; inspection, spooling, boxing and labeling of completed reels; proper and safe handling of NLM film; shipping; and the identification and resolution of problems. Particular attention should be given to the manner in which third party sales will be managed. Offerors shall include: (1) proposed prices for third party sale orders, including film duplication, handling, shipping, insurance and any other applicable charges; (2) proposed third party billing practices; (3) accepted methods of payment by domestic and foreign third parties seeking to purchase copies of NLM microfilm; (4) proposed methods of keeping third party payment information secure; (5) methods of resolving third party sale problems (e.g. customer non-receipt of orders, or dissatisfaction with microfilm copy quality); (6) proposed methods for ensuring accurate, complete and timely performance of the work. Evaluation criteria: (1) clarity, thoroughness and practicality of approach with regard to meeting the Library's requirement; (2) recognition of potential difficulties and soundness of proposed solutions; (3) appropriateness and adequacy of methods proposed for ensuring technical quality and timeliness of deliveries. C. Corporate Capability/30 points Offerors shall describe their management plan and corporate qualifications, including the following: (1) how the corporate management will ensure consistent and timely delivery of work that meets all NLM specifications; (2) how corporate management will secure qualified staff and ensure staffing continuity; (3) how the company will allocate overall resources for this project; (4) description of the facility where the duplication work will be done, with specific reference to environmental conditions, disaster preparedness and security; (5) description of the storage area where NLM print master film will be stored, with specific reference to environmental conditions, disaster preparedness, storage furniture and security; (6) complete listing of the duplication and inspection equipment to be used for this project, including, for each piece of equipment: manufacturer name; make and model number; date of most recent servicing or repair; and method and frequency of calibration; (7) at least three (3) references, including current addresses, phone numbers and e-mail addresses (if available), of clients for whom the offeror has performed microfilm duplication work, similar to this project in nature and complexity, within the past five (5) years, and a brief description of the work performed; (8) evidence of successful experience with and current capability to provide direct sale/billing for domestic and foreign third party microfilm sale requests; (9) certification of liability insurance. Evaluation criteria: (1) adequacy and quality of resources that will be committed to this project as reflected in the completeness, practicality and feasibility of the proposed management plan and allocation and delineation of authority; (2) evidence of capacity to produce microfilm that meets NLM requirements; (3) evidence of equipment adequate for evaluation, duplication and inspection of NLM microfilm and newly-created second- and third-generation microfilm according to NLM specifications; (4) evidence that the facility where the work will be done provides adequate protection for NLM microfilm; (5) evidence that the area where NLM print master film will be stored provides stable environmental conditions and a secure storage space appropriate for silver gelatin microfilm; (5) evidence of disaster preparedness; (6) evidence of at least three (3) years' worth of successful prior experience within the past five (5) years in the management and completion of similar projects; (7) documentation of liability insurance coverage of a minimum of $25,000. Total Possible Points: 100 points It is anticipated that ONE (1) AWARD will be made from this solicitation. This requirement is for a base year with options for four (4) successive one-year periods. The period of performance is on September 30, 2009. The quoter shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its quotation. ** The Statement of Work (SOW) of this requirement is attached to this solicitation. ** All proposals received by September 11, 2009, 4:30 P.M. (Eastern Standard Time) will be considered by NLM. Responses must be in writing (email is acceptable), and must include pricing information and meet the criteria requirement. All responses from responsible sources will be considered. Inquires regarding this procurement may be made to the National Library of Medicine, Office of Acquisitions, 6707 Democracy Boulevard, Suite 105, Bethesda, Maryland 20894-5488 (20817 for courier services), Attention: Uyen H. Phuong, Contracting Officer, on (301) 496-6127. Please submit one signed original of the proposals on or before 4:30 PM EST, September 11, 2009 to: Uyen H. Phuong Contracting Officer National Library of Medicine, NIH Office of Acquisitions 6707 Democracy Blvd., Suite 105 MSC 5488 Bethesda, MD 20892-5488 (20817 for courier services) Send electronic copies of the proposals on or before September 11, 2009 to Uyen Phuong: phuongu@mail.nih.gov. 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://www.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 Items (July 2009). The following FAR clauses apply to this acquisition: FAR 52.212 4, Contract Terms and Conditions Commercial Items (March 2009); FAR 52 212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2009).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/RFQ-NLM-09-188-UHP/listing.html)
 
Record
SN01931970-W 20090830/090829004424-1b76c7a92518e585f03abe7756f06a7f (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.