SOLICITATION NOTICE
R -- Equipment and Maintain the NLM Public Photocopier-PC Printer Facility, Including Management of Patron Registration. - Package #1
- Notice Date
- 5/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 323120
— Support Activities for Printing
- 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
- NIHLM2014151-UHP
- Archive Date
- 6/5/2014
- 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
- Total Small Business
- Description
- Statement of Work NIHLM2014151-UHP Solicitation NIHLM2014151-UHP This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamline Procedures for Evaluation and Solicitation for Commercial Items, 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 Proposals (RFP) NIHLM2014151-UHP. The resultant contract will be a firm-fixed price. The solicitation document and incorporated provisions and clauses are those in effect through January 2014 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-72. This acquisition is a 100% small business set-aside. The National Library of Medicine (NLM) intends to procure equipment and maintain the NLM public photocopier-PC printer facility, including management of patron registration at the NLM. The applicable Northern American Industry Classification System (NAICS) code is 323120, Support Activities for Printing. 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 will begin on or about May 30, 2014. TECHNICAL EVALUATION FACTORS Technical factors are of paramount consideration in the award of the contract; however, price is also important to the overall award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government can make tradeoffs among price and technical factors in determining which Offeror offers the best value by awarding to other than the lowest price Offeror or other than the highest technically rated Offeror. Offerors are advised that award will be made to that Offeror whose proposal provides the best overall value to the Government. TECHNICAL EVALUATION CRITERIA In determining which proposal represents the best value and results in the lowest overall price 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 processes: FACTOR WEIGHT Criterion 1: Understanding Requirements and Technical Approach (35%) • The Offeror must demonstrate a thorough knowledge and understanding of the work requirements as outlined in the Statement of Work (SOW). This includes the methodologies, processes and techniques used to successfully complete the requirements described in the Statement of Work. • The Offeror is required to submit a detailed narrative plan of how they propose to manage, maintain, and update an existing Pharos Uniprint environment (Version 8.3) in conjunction with NLM OCCS (Office of Computer Security Systems) Systems Technology Branch, in order to support public network printing in the main Reading Room of the National Library of Medicine. Specifically, the plan should detail how the Offeror proposes to maintain the software on a Virtual Server and how the printing network which will include at least one laser printer, a color photocopier/printer, one PC release stations, 16 (sixteen) public PC workstations located in the main Reading Room, and administrative PCs to control reports and customer service functions. If another print management system is used, the Offeror must insure that there is an authentication gateway feature which is configured so that visitors see only their own pending print jobs at the print release stations. • The Offeror must also submit a proposal detailing how they plan to manage the Patron Registration, the Photo-ID System and issue Photo-ID Library Cards to NLM patrons. • Both plans, regarding the print software and the Patron Registration function, should demonstrate knowledge of timing and coordination in order to minimize disruption to the photocopy service. • The Offeror must also outline the daily routine and functions of the employees who will be placed onsite at the Library, including the duties to be performed and how the employees will perform them. • The plan must clearly demonstrate how factory authorized service of the equipment will be provided and how the Offeror intends to communicate with the COR or his/her alternate to keep them informed of the status of the equipment. The plan must also clearly state the specifications and type and/or make/model of the proposed software, photocopiers, printers, server equipment and vending equipment and how they comply with the specifications outlined in the Statement of Work. • The plan must include how the Offeror proposes to introduce, transition, and establish any new photocopy and vending equipment to replace the current equipment when it is removed. The Offeror is required to submit a detailed narrative plan demonstrating how they propose to deal with NLM's current CR-80 Debit Card and their proposed vending system all in conjunction with NLM's Photo-ID Library Card System. • Offerors must show how they will adapt to or adopt NLM's current CR 80 Debit Card to any new vending system. The plan must clearly show that there is no plan to physically change the current CR 80 Debit Card in any way. This plan must also show how any change to the proprietary information on the cards will be accomplished, if this is deemed necessary. If a change is proposed, the Offeror must clearly demonstrate how the change will be implemented to limit disruption in service to patrons. The Offeror shall indicate how he will advise Library patrons of impending changes. Criterion 2: Past Performance (35%) • Offeror must demonstrate a history of successful performance providing similar services. The past performance shall demonstrate the contractor's background and experience with projects of a similar size and magnitude. • The Offeror's corporate past performance will be evaluated on the relevance of performance documented, submitted project summaries relating to the type of work, complexity, and technical applicability of experience. • The Government will conduct reference checks in order to determine the Offeror's corporate past performance. In this regard, for each key personnel proposed and for each contracted project listed, the Offeror shall provide a point of contact (name and telephone number) to support past performance. • This refers to the Offeror's corporate resources, capabilities and performance results (outcomes) of similar contract (and project) efforts. Relevant contracts and projects referenced must have been completed within the past five (5) years or currently in progress for services and support similar to the requirements of the statement of work. • The Offeror's corporate capabilities will be evaluated based on the Offeror's description and discussion of its corporation (and any proposed subcontractor) demonstrating corporate resources and capabilities to perform the tasks contained in the statement of work. • The Offeror must provide documentation to support the availability of additional staff with the appropriate expertise to support heavy workload periods and to provide backups for proposed personnel. Criterion 3: Corporate Capability and Management Approach (15%) • Offerors are requested to furnish in their technical proposal a copy of a record of related corporate experience, and an explanation of how the corporation will allocate overall resources to this project. Specifically, the Offeror must demonstrate a clear understanding of the problems that may be encountered managing and updating Pharos Uniprint, all Photocopy Facility equipment, the debit card vending system, and they must address how the Offeror's resources will be applied to manage all these components. • The Offeror shall provide sufficient detail to demonstrate how they will accomplish the tasks outlined in the SOW, including a management plan. • Offerors must show evidence of successful prior experience in management and completion of similar projects within the last three years, emphasizing (1) a record of conforming to specifications and to standards of good workmanship; (2) adherence to contract schedules, including the administrative aspects of performance; (3) a reputation for reasonable and cooperative behavior and a commitment to customer satisfaction; and (4) a business like concern for the interests of the customer. The Offeror shall furnish points of contact for recent customers of similar projects, but not more than five such references. Criterion 4: Personnel (15%) • The proposed Project Manager shall have at least one year's experience within the last three years in managing projects of this type and he/she will be evaluated based on training, experience, and expertise, both technically and as a supervisor. The Offeror shall also demonstrate that they can supply factory-trained, certified employees to respond to and resolve any of NLM's requests for technical assistance in regards to the Pharos Uniprint software or other print management software. If the Offeror does not employ such personnel, the Offeror shall demonstrate how they propose to provide for technical support directly from the software manufacturer. The proposed employee(s) assigned to manage the system onsite shall have a good work history showing reliability and good attendance. He/she shall also have the demonstrated the necessary work skills to perform the required tasks. The Offeror shall submit the resume(s) and or certifications of all prospective employees. All proposals received by Wednesday, May 21, 2014 at 3:00 P.M. (Eastern Standard Time) will be considered by the National Library of Medicine (NLM). Responses must be in writing, and must include pricing information and meet the criteria requirements. 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 20892-5488, Attention: Uyen Phuong, Contracting Officer via email at phuongu@mail.nlm.nih.gov no later than May 14, 2014 at 12:00 P.M. EST. All offerors must submit ONE (1) signed original and THREE (3) copies of the proposals on or before 3:00 P.M., EST, May 21, 2014 to: Uyen Phuong Contracting Officer National Library of Medicine, NIH Office of Acquisitions 6707 Democracy Blvd., Suite #105 MSC 5488 Bethesda, MD 20892-5488 All proposals received before the deadline for submission of proposals stated in this publication of solicitation will be considered by NLM. FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this contract. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014), 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 (November 2013)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (September 2013)-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 (January 2014).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2014151-UHP/listing.html)
- Record
- SN03359759-W 20140509/140507234714-e191c5a69c8bac3e4060e269f65dfa0d (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 |