Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
MODIFICATION

R -- Workflow Analysis and Redesign of Bibliographic and Acquisitions Activities at the National Library of Medicine

Notice Date
8/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
541618 — Other Management Consulting 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-10-134-SVU
 
Archive Date
9/28/2010
 
Point of Contact
Suet Y Vu, Phone: 301-496-6546
 
E-Mail Address
sv32d@nih.gov
(sv32d@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FedBizOpps Announcement Commercial Item Acquisition - Competitive General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: RFQ-NLM-10-134-SVU Posted Date: July 21, 2010 Response Date: September 13, 2010 Classification Code: R - Professional, Administrative and Management Support NAICS Code: 541618 - Other Management Consulting Services Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894 Description This is a combined synopsis/solicitation for commercial services prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (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 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 Request for Quotations (RFQ) NLM-10-134-SV. This solicitation document incorporates provisions and clauses that are in effect in the June 2010 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition IS a 100% small business set-aside and the North American Industry Classification System (NAICS) code is 541618 - Other Management Consulting Services. The National Library of Medicine (NLM), in Bethesda, Maryland, is a part of the National Institutes of Health, US Department of Health and Human Services (HHS). Since its founding in 1836, NLM has played a pivotal role in translating biomedical research into practice. It is the world's largest biomedical library and the developer of electronic information services that deliver trillions of bytes of data to millions of users every day. Scientists, health professionals, and the public in the US and around the globe search the Library's online information resources more than one billion times each year. The Library is open to all and has many services and resources--for scientists, health professionals, historians, and the general public. NLM has nearly 12 million books, journals, manuscripts, audiovisuals, and other forms of medical information on its shelves, making it the largest health-science library in the world. The Division of Library Operations (LO) is responsible for acquiring, organizing and preserving the biomedical literature for the world. There are four large divisions and three smaller offices comprising LO. This workflow analysis and redesign involves operations in parts of two of the major Divisions--History of Medicine and Technical Services. The vendor shall perform the following activities in conducting an analysis of the workflows in acquisitions and cataloging in Technical Services and cataloging in History of Medicine: The contractor will: 1) Provide a detailed plan for gathering data and the process to be followed for review 2) Document and analyze existing policies, procedures, workflows and staffing 3) Review effectiveness and efficiency of current policies, procedures, workflows and staffing and make recommendations on changes 4) Report on proposed staffing and organizational changes and their potential impact 5) Present conclusions and recommendations to staff and management The purchase order period of performance will be for a 12-month Base Period of approximately September 20, 2010 through September 19, 2011. The following clauses and provisions cited herein are incorporated by reference into this solicitation and may be obtained from the web site http://rcb.cancer.gov/rcb-internet/SAP/sap.htm: FAR 52.212-1, Instructions to Offerors - Commercial (June 2008), and FAR 52.212-4, Contract Terms and Conditions - Commercial Items (March 2009). FAR 52.212-2, Evaluation - Commercial Items (January 1999). Mandatory Criterion: The principal researcher must have a master's degree from ALA accredited library science program or equivalent credentials. (1) Past Performance: Recent experience working with an academic or government research library of similar size and complexity to the National Library of Medicine. Specialized experience conducting similar workflow projects within a library technical services environment. Demonstrated understanding of the use of library technical services performance data for analyses and benchmarks, the role of vendor services, and knowledge of the capabilities and trends in library technology and systems. Methodology and work plan showing the processes and timelines to gather data, analyze results and present findings, including the identification of potential problems or risk factors with suggested alternative approaches. Demonstrated ability to communicate effectively in the staff interview sessions and in written reports. As evidence of past successful performance, offeror shall provide the names and current contact information for at least three individuals who acted as project managers on similar workflow analysis or reinvention projects within the last 7 years; and (2) Corporate capability and personnel: Offeror must list the credentials and experience of all proposed personnel. Key personnel, including any subcontractors, must collectively possess the required subject matter expertise and variety of experience/skills relevant to this project, including cataloging and bibliographic control of modern and historical materials, acquisitions and selection activities in research libraries, licensing of electronic resources, and digital resource collection and management. An award will be made to the offeror who represents the best value to the Government whereby each of the two evaluation criteria when combined, are more important than price. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2009), with their offers. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2010), and the attached Statement of Work (SOW) apply to this acquisition, as well as the following clauses cited therein: FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003). Sources having the ability to provide the professional services described above and in the attached SOW shall submit clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Suet Vu, Contract Specialist, at 301-496-6546. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 1:00 PM LOCAL PREVAILING TIME ON September 13, 2010, five hard copies SHALL BE SENT TO: Suet Vu 6707 Democracy Blvd., Suite 105 Bethesda, Maryland 20894 This requirement is being processed by the National Library of Medicine (NLM), NIH.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-10-134-SVU/listing.html)
 
Place of Performance
Address: bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02240685-W 20100815/100814000302-ba5d6ec346d88f284300618b9efdb047 (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.