Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

99 -- Construction and Curation of Database Containing Bibliometric Data for CSR Analysis

Notice Date
3/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(RG)-2012-105-DEL
 
Archive Date
4/17/2012
 
Point of Contact
Deirdre Lyons, Phone: 3014359068
 
E-Mail Address
deirdre.lyons@nih.gov
(deirdre.lyons@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
I. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. II. The solicitation number is NHLBI-CSB-(RG)-2012-105-DEL and the solicitation is issued as a request for quotation (RFQ). III. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-057. The total contracted dollar amount will not exceed the simplified acquisition threshold. IV. The North American Industry Classification (NAICS) Code is 541690 and the business size standard is $7.0M. THIS REQUIREMENT IS 100% SET ASIDE FOR SMALL BUSINESS CONCERNS. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. V. Purchase Order Line Item Number 0001: Quantity (1) Job, The Contractor shall provide all supervision, labor, materials and equipment to perform the following Statement of Work (SOW): VI. Statement of Work: Background: The National Heart, Lung and Blood Institute (NHLBI), Office of Acquisitions (OA), has a requirement for the Center for Scientific Review (CSR), at the request of the NIH Director, has been conducting an evaluation of its operations and the scientific outcomes of these operations. Initial data has been acquired but a key data set is required for further analysis. Specifically, a detailed list of peer reviewed publications from roughly 100,000 (expected range 90,000-110,000) individuals who have submitted grant applications to CSR. This dataset requires experts to construct and curate it. Purpose: The purpose of this requirement is to conduct evaluations of peer review at NIH. Contractor Requirements: The contractor shall supply bibliometric data from the Scopus database from years 2006 - 2011 for a list of scientists provided by CSR, which will provide applicant name and institution for the set of individuals for which information is required. Deliverable: The contractor shall provide: a. Scopus author-ids (up to three most prominent per investigator). b. Number of publications by year. c. Scopus IDs for these publications. d. Number of publications in top n% highly cited by year where n is between 1 and 5. The value will be determined upon examining initial data retrievals. e. Number of publications in designated set of high impact publications. f. Citation numbers for each of these publications. g. Ratio of actual to expected citation counts based on publication profile. h. H-index based on 5 year dataset. i. Technical support over the phone. j. Estimate of false positive and false negative error rates against Google Scholar, PubMed, and Web Of Science, using a sample of 100 investigators generated by CSR. k. Database in format which could be imported into SQL Server- specifications to be finalized by discussion with CSR staff. Note Regarding Publication: Results from the work will be presented for external peer review and publication. Additional work may be required by a journal or other peer reviewed publication. Financial support will not be provided for this additional work; however, the contractor may choose to participate at no cost to the Government. Decisions on authorship will be made by CSR in a manner consistent with scientific standards for publication. Inspection and Acceptance Requirements: CSR will inspect the product after sample submission to ensure that the service meets quality standards and is on time. Period of Performance: The Period of Performance will be from the date of award through April 30, 2012. The date of award will be on or before April 6, 2012. VII. The place of performance: Contractor's location/office. VIII. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html IX. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the lowest priced, technically acceptable offeror. The Government will evaluate quotations based on the following evaluation criteria: A) Technical Capability; B) Past Performance and C) Price. Past Performance will not be evaluated on quotations that are determined to be technically unacceptable. Price shall not be evaluated on quotations that are determined technically unacceptable in accordance with the Technical Evaluation factors. EVALUATION FACTORS: A. Technical Capability: The offeror shall demonstrate successful performance and the ability to perform this requirement within the required period of performance. B. Past Performance: The offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose quotation is determined to be technically unacceptable. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. C) Price: An evaluation of the offeror's price quotation will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical quotation. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). X. In accordance with FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. XI. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition and is incorporated by reference. XII. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, apply to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; XIII. There are no Defense Priorities and Allocations System (DPAS) assigned rating is applicable to this requirement. XIV. All offerors shall electronically submit, a quotation addressing the following items: 1) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. (Refer to item (x) above). 2) Offerors must demonstrate the ability/commitment to complete the period of performance on time. 3) Evaluation Factor A. Technical Capability: The offeror shall submit two (2) projects, which are similar to this requirement which were successfully completed in the past five years (include description; dollar value; period of performance; contact name and phone number); 4) Evaluation Factor B. Past Performance: The Offeror shall provide three (3) contracts (Federal Government, State Agencies, Local Government; and commercial concerns) Include the following information for each contract or subcontract listed: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 8. North American Industry Classification System (NAICS) Code The offeror may provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. 5) Evaluation Factor C. Price: Provide a firm-fixed price for Purchase Order Line Item Number 0001; and 6) If applicable, the offeror shall list exception(s) and rationale for the exception(s). Offerors shall submit their quotations no later than 12:01 p.m. Eastern Standard Time (EST) on April 2, 2012. The quotation must reference the RFP No. NHLBI-CSB-(RG)-2012-105-DEL. All responsible offerors may submit a quotation, which if timely received, shall be considered by the agency. Quotations can be emailed to the Contracting Specialist, Deirdre Lyons, at deirdre.lyons@nih.gov. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed quotations will NOT be accepted. XV. For information concerning this solicitation, please contact Deirdre Lyons by email at address Deirdre.lyons@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(RG)-2012-105-DEL/listing.html)
 
Place of Performance
Address: National Institutes of Health/CSR, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02706203-W 20120329/120327234609-92e7776e333a6dbee1efd1e273e18292 (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.