Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2003 FBO #0583
SOLICITATION NOTICE

R -- Information Managemet & Services

Notice Date
7/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Office of Information Service = Center, Cleveland Business Center, (19A), 10000 Brecksville Road, Brecksvil= le, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
776-03-131
 
Response Due
7/9/2003
 
Archive Date
8/8/2003
 
Point of Contact
Point of Contact - Peggy Miller, Contracting Officer, (205) 943-23= 75, Contracting Officer - Peggy Miller, Contracting Officer, (205) 943-2375
 
E-Mail Address
Email your questions to Peggy Miller
(peggy.miller2@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepare= d in accordance with the format in Subpart 12.6, 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. Solicitation number 776-03-131 is issued as a request for proposal. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 14 This is a small business set-aside and the associated NAICS code is 519120; small business size standard is $6M. =20 Contractor shall provide resources of one Librarian (40 hour week) with Master Degree in Library Science from an American Library Association accredited university and one administrative support personnel (32 hour week) to perform Information Management and Services for base period of 6 months from time of award, with 2 one year options to extend. Contractor resources shall provide the following: Library Support Services (minimum requirements) =A7=09Provide support to a continuing literature search and a selective dissemination of information (SDI) program for the Veterans Advisory Committee on Environmental Hazards (VACEH)=20 =A7=09Maintain a retrospective database using Endnote that contains both retrospective and prospective citations. =A7=09Assist with establishing a schedule for all activities, modify or add tasks based on the committee=92s needs, and resolve all problems. =A7=09Answer questions, in a professional manner, received in person or via phone or email. =A7=09Maintain and update the VACO Library website=20 =A7=09Maintain and update the library=92s electronic journals and databases. =A7=09Assist in developing training programs and materials for library products and services, and deliver this training in a variety of settings. =A7=09Prepare 2-3 monthly bibliographies on current VA topics of interest to be posted on the VA Library Network (VALNET) website. =A7=09Report monthly statistics on activities=20 Information Management Administrative Support Services (minimum requirements) =A7=09Perform administrative support functions relating to special projects=20 =A7=09Plan and coordinate meetings, conferences, and other functions. =20 =A7=09Prepare meeting minutes and action items. =A7=09Prepare documentation and presentation materials, including reports, spreadsheets, and presentations. =A7=09Provide phone coverage in a professional manner. =A7=09Collect information and draft newsletter and information bulletin articles Monthly Progress Reports (minimum requirements) =A7=09A list of all tasks and the status of each task (completed, on schedule, late). =A7=09Anticipated completion date of unfinished tasks and reason for delay. =A7=09Specific recommendations or results provided to VHA. Contractor shall perform services at:=20 Department of Veterans Affairs, 810 Vermont Ave., NW, Washington, DC 20420 Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition with the following addendum: =20 (b)(4) the following shall be added. Contractors technical offer shall be no more than 10 pages. 52.252-2 Clauses Incorporated by Reference http://www.access.gpo.gov; http://www.va.gov; http://www.arnet.gov/far/ 52.216-1 Type of Contract,=20 =20 firm fixed price 52.217-8 Option to Extend Services,=20 =20 10 calendar days from contract expiration. 52.217-9 Option to Extend the Term of the Contract (a) 60 calendar days from contract expiration, (a) 30, (c) three years 52.232-18=09Availability of Funds=09=09=09=09 52.232-19=09Availability of Funds for the Next Fiscal Year,=20 =20 September 30th of the current year. 52.233-2 Service of Protest,=20 CONTRACTING OFFICER, VA OFFICE OF INFORMATION SERVICE CENTER (CBC), 600 BEACON PARKWAY WEST, SUITE 201, BIRMINGHAM, AL 35209. 52.237-3=09 Continuity of Services=09 852.233-70 Protest Content =20 852.233-71 Alternate Protest Procedure=20 852.233-70 Protest Content =20 852.233-71 Alternate Protest Procedure 852.237-70Contractor Responsibilities=09=09=09=09 852.270-1Representatives of Contracting Officers=09=09 852.270-4=09Commercial Advertising=09 Provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation criteria to be included in paragraph (a) of that provision. =20 The following factors, listed in descending order of importance, shall be used to evaluate offers. Offeror Capability with its sub factors is more important than price. a) Offeror Capability:=20 Offeror capability is defined as an offeror=92s proposed solution(s) and demonstrated ability to do the type of work described by this SOW, and is determined on the basis of the qualifications of the offeror=92s following two sub factors: proposed key personnel and offeror=92s technical expertise. The sub factors are equal in importance with past experience having an adjectival rating. 1) Qualifications/Key Personnel: Proposed library resource: =B7=09Database searching experience and knowledge of PubMed Knowledge of bibliographic management software, such as Endnote=20 =B7=09Experience providing public services to a diverse user community, and knowledge of health sciences, business/management, and military or veterans' history =B7=09Experience creating, developing, and maintaining websites; knowledge of FrontPage or other web design software =B7=09Experience using e-journals and end-user databases =B7=09Experience developing training materials and conducting library outreach and marketing to promote library services and resources=20 Proposed administrative resource: =B7=09Demonstrated proficiency with MS Office applications, including Word, Excel, PowerPoint, and Outlook. =B7=09Experience providing administrative support services in a similar environment. =B7=09Experience writing articles for publication in newsletters, journals or web pages 2) Technical Expertise: =B7=09Knowledge of project/program management, data standardization, standards development organizations, health informatics, information modeling, electronic medical records, data repositories, health information management, and information technology. =B7=09Knowledge of Office of Information programs and activities, including information management; forms, directives, and publications; and communications services, to ensure a comprehensive approach toward all tasks under this contract. 3) Past Performance: Offerors will be evaluated on their ability to perform these services successfully. Past performance evaluation will consider reliability of past performance information, source of information, and the relevance of information. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. Contractor shall provide 3 references with similar work history, point of contact and current phone number. References will be considered in the evaluation process. b) Price AWARD STATEMENT.=20 Price or cost is not expected to be the controlling factor in the selection of a Contractor for this solicitation. The degree of importance of price or cost as a factor could become greater depending upon the equality of the proposals for other factors evaluated; where competing proposals are determined to be substantially equal, total price or cost and other price or cost factors would become the controlling factor. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications --Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following addenda applies Paragraph (g) include the following:=20 Payments shall be made monthly in arrears. Invoices shall be submitted to: Fiscal Service (19F), Louis Stokes Cleveland VA Medical Center, Bldg 3, Room B245D, 10000 Brecksville RD, Brecksville, OH 44141. 52.252-2 Clauses Incorporated by Reference http://www.access.gpo.gov; http://www.va.gov; http://www.arnet.gov/far/ 52.228-5 -- Insurance -- Work on a Government Installation=20 SUPPLEMENTAL INSURANCE REQUIREMENTS =20 In accordance with FAR 28.307-2 and 52.228-5, the following minimum coverage shall apply to this contract: =20 (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: $250,000 per person; $500,000 per occurrence and $100,000 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.=20 Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders =96 Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable: 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34 Offers are due July 7, 2003 at 2pm Central time to: CONTRACTING OFFICER, VA OFFICE OF INFORMATION SERVICE CENTER (CBC), 600 BEACON PARKWAY WEST, SUITE 201, BIRMINGHAM, AL 35209. Point of contact for this solicitation is Peggy Miller 205-943-2375 or e-mail peggy.miller2@med.va.
 
Web Link
RFP 776-03-131
(http://www.bos.oamm.va.gov/solicitation?number=3D776-03-131)
 
Record
SN00363693-W 20030705/030703213420 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.