Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2013 FBO #4291
MODIFICATION

R -- Integrated Engineering and Media Development Services

Notice Date
8/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering 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
NIHLM2013760-SV
 
Archive Date
8/31/2013
 
Point of Contact
Suet Vu, Phone: 301-496-6546
 
E-Mail Address
vus@mail.nih.gov
(vus@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items, as supplemented with additional information contained in this notice. This announcement constitutes the formal Request for Proposal (RFP) NIHLM2013760-SV and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through August 1, 2013 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-69. This acquisition is a 100% small business set-aside and the NAICS code is 541330-Engineering Services and business size standard is $14.0 Million. It is the intent of the National Library of Medicine (NLM) to procure professional audio and video planning over a period of five (5) years for the Audiovisual Program Development Branch (APDB) at the National Library of Medicine. EVALUATION FACTORS The evaluation will be based, in addition to price, on the demonstrated capabilities of the prospective 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 based on the following 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. In determining which proposal 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 proposals using the following technical evaluation criteria, which are listed in the order of relative importance with weights assigned for evaluation purposes: Requirements - Maximum Points A) CRITERION A: Understanding and Compliance with Requirements (25 Points) The proposal should address each work area in sufficient detail to demonstrate a clear understanding of the statement of work. 1. Demonstrate a firm understanding of the requirements and goals set forth in the scope of work. 2. Address each relevant requirement and goal set forth in the scope of work. 3. Provide technical solutions to indicate requirements and goals will be met on schedule. 4. Provide evidence that the Offeror has a sufficient knowledge of the relevant objectives to anticipate and avoid problems or to react appropriately when problems do arise. B) CRITERION B: Soundness of Approach (20 Points) Proposal describes the proposed approach to comply with each of the requirements specified in the Statement of Work. The proposal is consistent with the stated goals and objectives. The proposed approach of ensuring the achievement of timely and acceptable performance is well documented and sound. Milestone and/or phasing charts illustrate the logical sequence of proposed work events, technical accomplishments and deliverables. C) CRITERION C: Past Performance / Relevant Experience (15 Points) The Offeror shall identify three (3) recent contracts/task orders that demonstrate relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude to the work described in this Statement of Work. Include the following information: • Project title • Description of the project • Contract number • Contract amount • Government Agency/Organization/Client • Current status, e.g., completed, in progress, estimated completion dates, etc. • Dollar value and type of contract • Key personnel (please highlight those individuals who worked on the relevant project(s) and are also being proposed for this effort.) • A brief narrative of why you deem the references to be relevant to this effort The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. D) CRITERION D: Personnel (30 Points) 1. Provide information with regard to which key personnel will be used on this project. Adequately identify the percentage of time each staff member will contribute to the program. Document the extent to which outside consultants, specialists, and subcontractors will be used and provide evidence of their availability by submitting letters of commitment. 2. Provide resumes of your proposed personnel available for assignment to tasks resulting from this procurement. The personnel proposed should have the skills and experience required for any of the engineering or media development services proposed in the offer. The resumes should reflect the academic qualifications, length and nature of experience with similar tasks, and related hardware, software, or systems training. E) CRITERION E: Other Operational Factors (10 Points) 1. Discuss technical proposal response-time after tasks are requested by the government and the turnaround-time for each of the services you propose to provide. 2. Describe your quality control programs for services and task deliverables. 3. Explain professional labor rates and describe how overhead charges are applied F) Section 508 Evaluation Factors Responses to this solicitation will only be considered for award after it has been determined that the proposals adequately address the requirements for Section 508. Only proposals which contain adequate information to document their responsiveness to the Section 508 requirements will be eligible for any additional consideration. G) Price/Cost Technical factors are more important than cost or price. Selection of the firms to receive contract awards will be based on the Government's assessment of the best overall value. Total Possible Points: 100 points It is anticipated that Multiple Awards will be made from this solicitation. This is an Indefinite Delivery/Indefinite Quantity contract as contemplated by FAR 16.504. hThis requirement is for a base year with options for four (4) successive one-year periods. The period of performance is on or about September 2013. Award of any contract is contingent upon the availability of funds. Option periods are subject to availability of funds. 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. ** Submission Requirements: Due to the critical schedule for this effort, the due date for all electronic responses to this RFP, both technical and cost quotes, shall be received on or before 12:00 P.M. Eastern Standard Time, Friday, August 30, 2013. The due date for signed original FOUR (4) copies of the proposals on or before 4:30 PM EST, August 30, 2013. All electronic proposals must be received by August 30, 2013, 12:00 P.M. (Eastern Standard 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), Attention: Suet Vu, Contracting Officer, on (301) 496-6546. Electronic copies of the technical proposal are due by the application deadline. In addition to the official electronic submission, please submit ONE (1) signed original and FOUR (4) copies of the proposals on or before 4:30 PM EST, August 30, 2013 to: Suet Vu 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) The contractor shall comply with all applicable Federal, State, and local laws, executive orders, rules and regulations applicable to its performance under this order. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (WWW.SAM.GOV). 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); and NLM(RC)-RIGHTS IN DATA - SPECIAL WORKS (11-30-88).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2013760-SV/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03159698-W 20130824/130823000708-96fdc8117ada927c5db7e7b1bebf6ae9 (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.