Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

99 -- MedlinePlus Herbal & Dietary Supplement Information - SOW

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
NLM-10-133-KDB
 
Archive Date
7/10/2010
 
Point of Contact
Keturah D. Busey, Phone: 3014966546, Erin - Goldstein, Phone: 301-496-6546
 
E-Mail Address
buseyk@mail.nlm.nih.gov, egoldstein@nih.gov
(buseyk@mail.nlm.nih.gov, egoldstein@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW 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. The procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13.5. This announcement constitutes the formal Request for Quotation (RFQ) and a written solicitation WILL NOT be issued. The solicitation number is NLM-10-133-KDB. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-41. The North American Industry Classification System (NAICS) Code is 541990; and this is acquisition is a small business set-aside. BACKGROUND The National Library of Medicine (NLM) has developed MedlinePlus (medlineplus.gov), an easily understandable Web resource for the public, to assist consumers in obtaining the information they need to make informed decisions about health care. MedlinePlus provides accurate, authoritative and up-to-date information to the general public, allied health professionals and health information intermediaries such as librarians, nurses and health educators. The focus of this resource is its 830 plus topic pages which contains links to quality government information, particularly NLM and other NIH resources, as well as other high quality information contributors. MedlinePlus is not an index of all consumer health information on the Web; rather it a database that contains highly selective links representing the best information in terms of quality, literacy level, authority of authorship, uniqueness and appropriateness for MedlinePlus' users. MedlinePlus en español (medlineplus.gov/esp) is the Spanish version of MedlinePlus with equal content, purpose and selection procedures. MedlinePlus and MedlinePlus en español are both available in mobile versions for the use of mobile devices In response, NLM wishes to engage the services of a Contractor in providing this health information in both English and Spanish for the MedlinePlus website. PURPOSE The purpose of this procurement is to secure to procure herbal and dietary supplement information for inclusion in the MedlinePlus full and mobile web sites (http://medlineplus.gov and http://m.medlineplus.gov), both of which include information in both English and Spanish. The herb and dietary supplement information will be an important resource for consumers, and will augment the information already provided on MedlinePlus. NLM will host the content on its own servers and all content will be displayed in MedlinePlus templates, with attribution to the content provider. Links to the content may also be included in email updates and Twitter posts sent from the National Library of Medicine to interested users. PERIOD OF PERFORMANCE The period of performance shall be from date of award through which will last for twelve months with an additional four option year awards if NLM has need and funding is available. Please see chart below: Base Year: July 2010 - June 2011 Option Year 1: July 2011 - June 2012 Option Year 2: July 2012 - June 2013 Option Year 3: July 2013 - June 2014 Option Year 4: July 2014 - June 2015 MANDATORY CRTIRIA a. Authoritative content: The content must be accurate and authoritative. The authorship of the content must be identified. The medical advisory board of the health content must be provided via the web. Content should be based on peer-reviewed evidence and contain references to the evidence. b. Equivalent content in English and Spanish: The content of the monographs must be completely equivalent in English and Spanish. The content must be structured in such a way that NLM can map from information in one language to the other. c. Regular updating of content: Content must be current, and reviewed and updated at least yearly. d. Emergency updating of content: There must be a provision for updating and/or replacing inaccurate or outdated content outside the regular update schedule if requested by NLM or deemed necessary by changes in the health environment. e. No commercial content: Information must be free of commercial endorsements or advertisements. f. Unobtrusive co-branding: Branding by the content provider must be minimal and unobtrusive. g. No registration: Users must be able to access all content licensed by NLM without having to register with the content provider. h. Format of content: Content must be delivered to NLM in a desired format, such as well-formed XML with accompanying DTD or schema. i. Accessibility of content: Content must be accessible in accordance with Section 508 (29 U.S.C. 794d). It is the responsibility of the content provider to familiarize themselves with Section 508 requirements and ensure that their content meets these requirements. EVALUATION CRITERIA 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 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 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: Requirements Maximum Points Criterion A: Content 60 The proposal must provide detailed information on the Offeror's ability to provide the content required as described in the Statement of Work This includes providing authoritative content in English and Spanish written at a consumer reading level. Information should be updated regularly and include a provision for emergency updating of content. There must be no commercial content and unobtrusive co-branding. Users should not have to register in order to access content. Content should include graded scales of effectiveness for remedies. Content should be well formed and delivered in a desired format. Criterion B: Technical Approach 20 Contractor must demonstrate their understanding of the technical approach and the technical requirements as described in the Statement of Work.. Contractor must meet Section 508 requirements. Files should be customizable to be integrated into MedlinePlus and indexed for the search engine. The Contractor must demonstrate technical expertise about these processes. Criterion C: Past Performance 20 Offerors must demonstrate their ability to conform to project specifications and quality standards and adherence to delivery schedules. Evidence should be provided to support experience providing consumer health information to a high-volume, non-commercial consumer health Web Site. Offerors should illustrate their reputation for reasonable behavior and commitment to customer satisfaction. Provide three references including names, phone numbers and email addresses for similar efforts performed within the last 3 years. Total Possible Points: 100 All questions and inquiries regarding this combined synopsis/solicitation should be emailed to buseyk@mail.nlm.nih.gov no later than Friday, June 18, 2010 at 4:00 P.M. Responses must be in writing, and must include pricing information and meet the criteria requirements. All proposals received by June 25, 2010 at 4:00 P.M. (Eastern Standard Time) from responsible small business sources will be considered by NLM. Please submit 3 proposals and one signed original of the proposals on or before to: Keturah Busey, Contract Specialist 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. 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). 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 (August 2009)-With DUN 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 (March 2009)-Addendum to Clause Year 2000Compliance (July 1997); FAR 52 212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (April 2010). The NLM Special Rights in Data clause will be included in any resultant orders under this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-10-133-KDB/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02175275-W 20100613/100611234648-5912e400848303780be74ab738dfdbc3 (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  © 1994-2020, Loren Data Corp.