Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

R -- Offsite Storage of Microfilm, Motion Picture Film, and Magnetic Tape.

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
493190 — Other Warehousing and Storage
 
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
NIHLM2012491-UHP
 
Archive Date
9/21/2012
 
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
TO ALL VENDORS: THE PURPOSE OF THIS AMENDMENT IS TO: Extend the proposal receipt date to Thursday, September 6, 2012 at 4:30 PM Eastern Daylight Time (EDT). 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. This announcement constitutes the formal Request for Proposal NIHLM2012491-UHP and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through July 2012 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-60. This acquisition is NOT small business set-aside. It is the intent of the National Library of Medicine (NLM) to negotiate with a contractor (1) to provide, exclusively for NLM's use, a secure, clean, regularly monitored and well-maintained storage environment for acetate-based reels of motion picture film, many of which are unique and not available from any other U.S. medical libraries; (2) to provide, exclusively for NLM's use, a secure, clean, regularly monitored and well-maintained storage environment for 35mm silver-gelatin camera master acetate- and polyester-based microfilm reels, many of which are unique and irreplaceable; (3) to accommodate magnetic tapes and additional material as required by NLM; (4) to provide disaster prevention and protection for the vaults, anteroom and NLM's stored materials; (5) to arrange for annual independent party air quality sampling in the vaults and anteroom; (6) to conduct a routine program of safety inspections and equipment maintenance and repair for the electrical, fire alarm and HVAC systems connected to the vaults and anteroom; (7) to provide on-site security for NLM's vaults and stored materials; (8) to provide adequate and appropriate shelving and furnishings for the storage and access of NLM materials; (9) to provide round trip courier service with 24-hour turnaround time for the pickup and delivery of NLM materials being shipped to or from the vaults; (10) to observe all NLM stipulations regarding conditioning of film materials prior to placement in, or subsequent to removal from the motion picture vault; (11) to maintain detailed, accurate inventories of stored NLM materials; (12) to maintain and operate hygrothermographs in the vaults and provide the Library with copies of completed charts on a regular basis; and (13) to provide the Library with periodic reports concerning ongoing vault performance and detailing reasons for out-of-spec temperature or relative humidity conditions, including steps taken to replace or repair worn-out or malfunctioning equipment. EVALUATION FACTORS FOR AWARD The evaluation will be based, in addition to price, on the demonstrated capabilities of the perspective vendors to the 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 their responses based on the following criteria. Content and 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. Offeror(s) are advised that award will be made to that Offeror(s) whose proposal provides the best overall value to the Government. In determining which proposal represents the best value and results in the lowest overall cost alternative to meet the Government's needs, the Government shall evaluate proposals using the following technical evaluation criteria, listed in the order of relative importance with weights assigned for evaluation purposes: Criteria/Maximum Points Criterion A: Technical Approach & Understanding of the Statement of Work (50 points) The proposal should provide detailed evidence that the offeror understands the statement of work and is able to meet all technical requirements set forth therein. This includes, but is not limited to: (a) stable, secure, below ground cold and cool storage environments, in custom-built vaults located away from vehicle traffic areas, with heating, ventilating and air conditioning systems that will protect and extend the life of NLM motion picture film, microfilm and magnetic tape; (b) air filtration systems that will protect NLM materials from particulate and gaseous pollutants; (c) well-maintained water detection and code-compliant smoke detection and fire suppression systems; (d) 24-hour turnaround for delivery of stored materials to the Library in vehicles with controlled cargo environments; (e) robust system for inventory, filing and retrieval of stored materials; (f) adequate disaster response capability. Criterion B: Staffing (30 points) Offerors are required to demonstrate that only adequately trained and experienced staff will handle NLM materials (a) when received from the Library, unpacked, inventoried and filed; and (b) when retrieved from storage, conditioned, packed and shipped to the Library. The offeror's vehicle operators must be licensed, experienced drivers who can safely transport NLM materials and meet delivery schedules. The offeror's account managers should have the knowledge and skills to comply with government invoicing requirements and procedures. Criterion C: Corporate Capability and Past Performance (20 points) Offerors are required to demonstrate that adequate resources are available and will be allocated as needed to comply fully with the NLM requirement as described in the Statement of Work. Offerors are required to provide three references with names and contact information of individuals who have direct knowledge of the offeror's past performance for the same type of requirement. Total Possible Points: 100 points It is anticipated that ONE 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 or about September 29, 2012. The offeror shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its proposal. ** The Statement of Work (SOW) of this requirement is attached to this solicitation. ** All proposals received by September 6, 2012, 4:30 P.M. (Eastern Daylight Time) will be considered by NLM. Responses must be in writing, and must include pricing information and meet the criteria requirement. All responses from responsible sources will be considered. Inquiries 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), and Attention: Uyen H. Phuong, Contracting Officer, on (301) 496-6127. Please submit ONE (1) signed original and THREE (3) copies of the proposals on or before 4:30 PM EDT, September 6, 2012 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) PROPOSALS SUBMITTED BY WAY OF FACSIMILE WILL NOT BE ACCEPTED. 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). FAR 52.212-2, Evaluation - Commercial Items (January 1999). 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 (May 2011)-With DUNS 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 (June 2010) With Addenda [Stop Work Order, FAR 52.242-15 (August 1989) and Year 2000 Compliance (July 1997)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (August 2011).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2012491-UHP/listing.html)
 
Record
SN02867313-W 20120906/120905001258-9d1e58ece4b403cfa3a31851484ebeef (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.