Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
MODIFICATION

R -- Chemical Hazards Emergency Medical Management (CHEMM) - Solicitation 1

Notice Date
6/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting 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
NIHLM2012396
 
Archive Date
7/24/2012
 
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
CHEMM SOW (JUNE 27, 2012) TO ALL VENDORS: THE PURPOSE OF THIS AMENDMENT IS TO: 1) Issue a revised solicitation to read as follows; 2) Revised statement of work dated June 27, 2012 as an attachment to this amendemnt; and 3) Extend the proposal receipt date to Monday, July 9, 2012. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and FAR Part 13-Simplified Acquisition Procedures, 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 a Request for Quotations (RFQ) NIHLM2012396. This solicitation document incorporates provisions and clauses that are in effect the FAC 2005-58 FAR Revision effective May 18, 2012, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a Total Small Business Set-Aside and the North American Industry Classification System (NAICS) code is 541690, Other Scientific and Technical Consulting Services. This is a labor hour contract. It is anticipated that a fixed price (labor hour) award will be made on or about August 15, 2012. BACKGROUND The National Library of Medicine (NLM), Division of Specialized Information Services (SIS) has a requirement to create new content, enhance existing content, and procure support for content building activities for the Chemical Hazards Emergency Medical Management (CHEMM) Website. The CHEMM website 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. CHEMM allows these users to plan, respond, recover, 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 Emergency Medical Management), CHEMM is 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. A Smartphone app for CHEMM is also under development. PURPOSE AND OBJECTIVE OF THE PROCUREMENT The purpose of this procurement is to create new content, enhance existing content, and provide support for content building activities for the CHEMM Website. SCOPE OF WORK The Chemical Hazards Emergency Medical Management (CHEMM) resource was first released to the public in mid-2011. It is intended to be a comprehensive, user-friendly, web-based resource that is also downloadable in advance, so that it would be available during an event if the internet is not accessible. CHEMM has been designed to enable first responders, first receivers, other healthcare providers, and planners to plan for, respond to, recover from, and mitigate the effects of mass-casualty incidents involving chemicals (http://chemm.nlm.nih.gov/about.htm#). It is important to keep CHEMM updated and to add new content as additional needs are identified. To keep CHEMM updated and to add new content, the contractor shall work with CHEMM subject matter experts and the NLM COR to perform tasks (e.g., writing of introductory or overview text) associated with information extraction from source reference materials approved by NLM. Task 1. Create new content for CHEMM in easy Web-readable style, by extracting/summarizing data from NLM approved reference materials. The content should be written for easily readable style for the Web. Contractor will submit on average one new content item per month. The average word count of such content is 500 words per item. The file format for delivery is customarily in Word format. Traditionally, the contractor has delivered the new content via email and email attachments. Once a new content item is assigned to the contractor, typically the contractor will be required to submit the first draft in about 20 work days. Normally, there will be only one submission of a revised draft due within about 10 working days. Typically, the contractor will have 5 working days to finalize the draft revision. Two examples of existing content items in CHEMM are: http://chemm.nlm.nih.gov/toxicologist.htm and http://chemm.nlm.nih.gov/onsite.htm Task 2. Enhance, update, and revise current topical content. The contractor shall work with CHEMM subject matter experts and the NLM COR to perform tasks associated with data extraction from source reference materials approved by NLM to enhance and update topical pages for the CHEMM Website. In addition, the contractor shall conduct quality control (technical accuracy of CHEMM information extracted/summarized from other sources) and editing checks on the content of the CHEMM Website. There are templates for much of the content to be used as style guides for update content on the CHEMM website. As needed, NLM will develop additional templates to follow and feedback as draft content is developed. Please note, the contractor will not be required to develop, enhance, update, or revise graphical material. Task 3. Select references and Web links to Internet resources for inclusion in CHEMM Website, and provide comments on possible enhancement of the selection criteria. NLM-approved reference materials will be selected by the Library's subject matter experts. The contractor will typically have direct access via web site links to the NLM-approved reference materials. In addition, the contractor may receive printed copies of the reference materials from the Library subject matter experts. Examples of such references and Web links are shown in the "Key References and Web Sites" of: http://chemm.nlm.nih.gov/toxicologist.htm. Task 4. Support content building activities such as facilitating peer consultation and peer review meetings, pending on availability of funding. There would most likely be no more than one of either of these per year. Although not directly relevant to CHEMM, an example of a peer consultation meeting is discussed in: Williams, P; Briggs, D; Patterson, J. (2006) VCCEP Pilot: Progress on Evaluating Children's Risks and Data Needs. Risk Anal. 26(3): 781-802 (an abstract of this publication and link to possible full text access is: http://www.ncbi.nlm.nih.gov/pubmed/16834634 ). The contractor will have occasional interactions with a small number of the consultants, usually with NLM involvement via conference calls and exchanges of emails. 508 COMPLIANCE THE SECTION ON 508 COMPLIANCE PERTAINS ONLY TO THE MONTHLY REPORTING REQUIREMENTS IN THE STATEMENT OF WORK. Section 508 of the Rehabilitation Act requires agencies' electronic and information technology be accessible to people with disabilities. The CHEMM data must be Section 508 compliant. Specifically, the end product must be conformant with all applicable provisions, including: 1194.41 Information, documentation, and support (Only complete this portion of the attached GPAT.) This provision can be found at http://www.access-board.gov/sec508/standards.htm NLM follows HHS' Section 508 Documentation Compliance Checklists http://www.hhs.gov/web/508/checklists/index.html Section 508 Evaluation Factors Responses to the solicitation will only be considered for award after it has been determined that the proposal adequately addresses the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements (e.g. a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria The monthly status report, a deliverable which is part of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. The proposals for the CHEMM project must include a GPAT, a sample of which is included as a part of the solicitation. EVALUATION CRITERIA After satisfaction of identified Section 508 requirements for accessibility, the evaluation will be based on the demonstrated capabilities of the perspective vendors to meet the needs of the project as set forth in the Statement of Work. Prospective vendors must submit information sufficient to allow NLM to evaluate based on the stated criteria. Technical factors are of paramount consideration; however, cost is also important to the overall award decision. All evaluation factors other than cost, when combined, are significantly more important than cost. The Government can make tradeoffs among cost and technical factors in determining which Offeror(s) provide the best value by awarding to other than the lowest cost Offeror(s) or other than the highest technically rated Offeror(s). Offeror(s) are advised that award will be made to that Offeror(s) whose quote provides the best overall value to the Government. The Agency's best value determination includes assessments by reviewers with a thorough knowledge of the CHEMM program to evaluate each quote based on the response to the evaluation criteria. Offerors are advised that each quotation may be subjected to a price analysis, as determined to be appropriate by the Government. In determining which quote represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs, the Government shall evaluate quotes using the following technical evaluation criteria, which are listed in the order of relative importance with weights assigned for evaluation purposes: Proposals submitted in response to this RFQ will be evaluated in accordance with the factors listed below: Criterion A: Understanding the Requirements and Technical Approach (40 points) Proposal demonstrates an understanding of the requirements and indicates a clear awareness of the contract purpose and objectives. The proposal demonstrates in a detailed manner the approach and ability to perform all tasks and deliverables in the statement of work. The proposal details the manner in which the project will be carried out and conveys an understanding of the information to be compiled and delivered. Criterion B: Personnel (35 Points) Proposal demonstrates that staff is competent and experienced in the skills required in the Statement of Work. Resumes of staff/consultants reflect not only academic qualifications, but also length and variety of experience in similar tasks and clearly demonstrates relevant training, experience, and expertise. The availability and percentage of time each staff member will contribute to the project is adequately identified. Proposal identifies a clear line of responsibility for the project. Criterion C: Proposed Facilities and Equipment (10 Points) Proposal provides detailed information describing the facilities and resources the organization has to carry out the tasks of the project. The proposal provides an explanation of how the corporation will allocate overall resources to this project. Criterion D: Past Performance (15 Points) Offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of high quality products and services. Past experience will be based upon the offeror's prior experience with similar activities. a) Offerors shall submit a list and description of the last five relevant contracts that are similar to this type of requirement completed during the past three years and all contracts currently in process. Offerors shall 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 deep commitment satisfaction; and (4) business-like concern for the interests of the customer. b) 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. The vendor is authorized to provide information on problems encountered on the identified contract/subcontract and the vendor's corrective actions, if necessary. PROPOSAL SUBMISSION The proposal shall not exceed 10 pages. The page limitation does not include the cover letter, table of contents, executive summary, resumes, appendix, or past performance information. Quotations shall be submitted in an electronic mail format no later than 12 p.m., local prevailing time, on Monday, July 9, 2012 to the Contract Specialist at: pringlek@mail.nih.gov. In addition to the electronic copy, one original and three (3) hard copies shall be provided to the address below: Attn: Kimberly Pringle Office of Acquisitions NIH/National Library of Medicine 6707 Democracy Boulevard, Suite 105 Bethesda MD 20817 Hard copies must be received within one business day from the time designed for receipt of the electronic copy. PROPOSALS SUBMITTED BY WAY OF FACSIMILE WILL NOT BE ACCEPTED. Firms responding to this notice must be able to provide the services as requested by NLM. The respondent shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its quotation. All responses from responsible sources will be considered. Inquiries regarding this procurement must be made in writing no later than Monday, July 2, 2012 to Kimberly D. Pringle, Contract Specialist at pringlek@mail.nih.gov. Please write the word question in the subject line for easy identification and to quickly provide answers to your inquiries. Vendor 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 Regulations (FAR): htm://www.amet.gov/far/. The following clauses and provisions shall apply to this acquisition and maybe obtained from the web sites: FAR 52.212-1, Instructions to Offerors - Commercial Items (February 2012); FAR 52.212-2, Evaluation - Commercial Items (January 1999); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2012) - with DUNS Number Addendum [52.204-6 (April 2008)]; FAR 52.212-4, Contract Terms and Conditions - Commercial Items) (February 2012); FAR 52.212-4, Addendum to Clause for Year 2000 Compliance (July 1997); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012). Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-06-15 16:31:18">Jun 15, 2012 4:31 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-06-27 17:34:36">Jun 27, 2012 5:34 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2012396/listing.html)
 
Place of Performance
Address: primarily at the contractor site, United States
 
Record
SN02787348-W 20120629/120627235008-8b249af0df43535ca566949fb552baf9 (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.