Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

R -- Cataloging of Japanese Foreign Language Monographs and Multi-Part Items - Attachments to Solicitation RFQ-NLM-10-141-UHP

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519120 — Libraries and Archives
 
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
RFQ-NLM-10-141-UHP
 
Archive Date
8/19/2010
 
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
RFQ-NLM-10-141-Attachment 1B RFQ-NLM-10-141-Attachment 1A RFQ-NLM-10-141-Statement of Work 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) NLM-10-141-UHP and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through July 2010 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-42. This acquisition is a 100%small business set-aside and the NAICS code is 519120. It is the intent of the National Library of Medicine (NLM) to procure professional services for cataloging 200-350 monographic materials in Japanese. These materials will require both copy and original cataloging. It is expected that approximately 20% of the titles will have copy and 80% will require original cataloging. It is also expected that between 1 and 10 items will be returned un-cataloged. The tasks of the project include: 1) searching the NLM ILS and returning uncataloged to NLM titles for which cataloging is not needed (e.g., duplicates are found in NLM's database, the title is a serial);2) completing the cataloging, including vernacular script descriptive elements, subject analysis, classification, and authority work, according to established cataloging rules and NLM copy cataloging procedures; and 3) preparing limited cataloging records for items for which no available copy is identified, according to established cataloging rules, including vernacular script descriptive elements, subject analysis, classification, and authority work, and following NLM cataloging procedures. EVALUATION FACTORS FOR AWARD The technical proposal will receive paramount consideration over price or cost factors. The evaluation will be based, in addition to price, on a written proposal detailing the demonstrated capabilities of the prospective vendor in relation to the needs of the project as set forth in the Statement of Work. Offerors must submit information sufficient to allow the NLM to evaluate the following criteria for award. Requirements - Maximum Points A. Personnel - 35 points Resumes showing that key personnel have advanced language skills (native ability or at least four years education at the college level) and reading comprehension in Japanese. MLS or comparable experience and experience in performing original cataloging, applying American Cataloguing Rules, Second Edition, rev. 1998 (AACR2R), and Library of Congress Rule Interpretations (LCRIs), preparing authority records using the same rules and rule interpretations, assigning subject headings and classification numbers. Offerors with experience using NLM MeSH and NLM classification are highly desirable. B. Technical Approach - 30 points Offeror's understanding of the technical approach, including tasks to be performed and methods that would be employed to ensure the desired level of quality control. C. Past Performance - 25 points Offerors are required to demonstrate its record for conforming to specifications of AACR2 level cataloging and adherence to delivery schedules, including those for administrative reporting. Offerors should illustrate its reputation for reasonable and cooperative behavior and commitment to customer satisfaction. References, with three to five names of persons with knowledge of offeror's past performance and their current telephone number within the last three to five years, should be provided in support of the offeror's past performance. D. Corporate Experience - 10 points Evidence of related corporate experience of similar complexity and difficultly should be provided. Evidence should be provided to support the proposed staffing levels for this project. Total Possible Points: 100 points Offerors should propose separate unit prices for cataloged and returned uncataloged. 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 20, 2010. 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 August 4, 2010, 4:30 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. Inquires 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: 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 EST, August 4, 2010 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) 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 (August 2009). The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (June 2010); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (July 2010).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/RFQ-NLM-10-141-UHP/listing.html)
 
Record
SN02220350-W 20100730/100728235018-69fae271c956a24ea954e50a74cd0d2d (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.