Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
MODIFICATION

R -- The Chemical Hazards Emergency Medical Management

Notice Date
9/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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-09-0173-RHW
 
Archive Date
10/1/2009
 
Point of Contact
Robin D Hope-Williams, Phone: 301-435-4379
 
E-Mail Address
rhwilli@mail.nih.gov
(rhwilli@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO CORRECT THE RESPONSE DATE FROM 09-09-09 TO 09-16-09. ALL PROPOSALS ARE DUE NO LATER THAN 1:00 P.M. ON WEDNESDAY, SEPTEMBER 16, 2009. 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-09-0173-RHW. 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 541990, with a small business size standard of $7.0 million. A. BACKGROUND: The Chemical Hazards Emergency Medical Management (CHEMM) tool is designed to provide access to comprehensive sets of information via a user-friendly interface. The users include first responders, first receivers, other health care providers, and planners, and CHEMM allows these users to plan for, respond to, recover from, and mitigate the effects of incidents involving chemicals. CHEMM's unique content covers information especially relevant to chemical exposure-related mass casualty and "unusual" scenarios. CHEMM's expert interface will link users to resources from other organizations, e.g., U.S. EPA/NOAA (CAMEO tools), the CDC's Emergency Preparedness and Response Web site and NIOSH Emergency Response Safety and Health Database (ERSH-DB), the chemical industry's CHEMTREC service, poison control centers, etc. Like NIH's WISER (Wireless Information System for Emergency Responders) and REMM (Radiation Event Medical Management), CHEMM will be available on the Internet for online use on computers and handheld devices, and also for download so that it can be used in an emergency even without an Internet connection. B. OBJECTIVES: The purpose of this procurement is to develop an expert model and mental models to help CHEMM developers create an enhanced user interface. The expert and mental modeling will lead to a thorough understanding of how first responders, first receivers, and other users of CHEMM will likely "think-through" a chemical exposure-related mass casualty and or other type of scenario. This will allow for design of CHEMM to allow the various types of users to get just-in-time, accurate information from a wide range of relevant topics and information sources, leading to effective decision-making by specific types of users. C. PERIOD OF PERFORMANCE: It is anticipated that the period of performance of will be for one year from date of award. After the initial 10 month period, if Contractor's performance is determined satisfactory by the Government, the need still exists, and funds are available, the Government intends to issue an additional award term of 12 months. Subsequently, the Contractor may receive a 12 month award term extension for each twelve months for which the performance indicators are met. The maximum total period of performance including the base year and award terms shall not exceed 3 years. D. REQUIREMENT/STATEMENT OF WORK (SOW): This Statement of Work (SOW) for this requirement is included as Attachment No. 1. E. EVALUATION AND BASIS FOR AWARD: Evaluation Criteria for Technical Proposal (Criterion Weight) A. Understanding the Requirement and the Technical Approach (55 Points) B. Corporate Experience and Personnel (25 Points) C. Past Performance (20 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 (55 points) The contractor 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 timeline will be met. The proposal shall demonstrate sufficient contractor experience and knowledge to assure rapid execution of tasks. All proposed staff shall be approved by the SIS Project Officer to ensure that skills and experience are sufficient for the requirements of specific, assigned tasks. B. Corporate Experience and Personnel (25 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. Detailed information describing the facilities and resources the organization has to carry out the tasks of the project should also be included. 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 prior experience with similar activities. Proposed personnel shall be evaluated on their demonstrated, documented and relevant expertise, education availability and experience. C. Past Performance (20 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. Vendors will submit a list and description of the last five similar contracts completed during the past three years and all contracts currently in process. Offeror will be evaluated on (1) record of conforming to specifications and to standards of good workmanship; (2) adherence to contract schedules, including the administrative aspects of performance; (3) reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and (4) business-like concern for the interests of the customer. D. OFFERS All proposals must be received by 1:00 p.m. (local prevailing time) on September 16, 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 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). All questions/inquiries regarding the combined synopsis/solicitation must be received by Wednesday, September 9, 2009 and addressed to Robin Hope-Williams, at 301-435-4379 or via e-mail to rhwilli@nih.gov. Please reference the solicitation number "NLM-09-0173-RHW" 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 2000Compliance (July 1997); FAR 52.215-5, Contract Terms and Condition Required to Implement Statutes 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-09-0173-RHW/listing.html)
 
Record
SN01942194-W 20090906/090905001650-23bcb98d04c89344d55f9b71c7415c67 (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.