Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

R -- United States and Foreign Periodical Subscription Services. - Package #1

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424920 — Book, Periodical, and Newspaper Merchant Wholesalers
 
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
NIHLM2012348-UHP
 
Archive Date
6/13/2012
 
Point of Contact
Uyen H Phuong, Phone: 301-496-6127
 
E-Mail Address
phuongu@mail.nlm.nih.gov
(phuongu@mail.nlm.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Subscription Contract Title Lists Dated April 12, 2012. Statement of Work (Sow) Dated April 12, 2012. 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 Contracting by Negotiation in accordance with FAR Part 15. This announcement constitutes the formal Request for Proposal (RFP) NIHLM2012348-UHP. The solicitation document and incorporated provisions and clauses are those in effect through April 2012 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-56. This acquisition is NOT small business set-aside. It is the intent of the National Library of Medicine (NLM) to place new and renewal subscriptions for serials and periodicals published in the core regions of North America, Western Europe, the United Kingdom, Australia and New Zealand and, as an optional service, Japan. Orders may also be placed for selected titles from other countries, outside of the core regions, based on the capability of the vendor and the needs of NLM. Services will be obtained for managing serials and periodicals published in print and online formats. A consolidation service and shipping will be provided for print serials and periodicals. Services related to acquiring and managing access to online serials and periodicals will also be obtained. On an annual basis approximately 8300 subscriptions are renewed and 200-300 orders for new subscriptions are placed. EVALUATION FACTORS FOR AWARD After satisfaction of "MANDATORY QUALIFICATION CRITERIA" as stated below, 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. MANDATORY REQUIREMENTS Offerors are required to submit a detailed narrative plan accompanied by supporting documentation showing how they would approach and carry out the requirements as described in the Statement of Work. The submission must address points covered in the Technical Evaluation Criteria. This includes a description of the size and extent of the offeror's bibliographic file, a description of the capabilities of the offeror's automated system and its availability to NLM, qualifications of the offeror's personnel, qualifications of any proposed subcontractors, etc. The plan must include a description of procedures designed to cover the following situations, among others: a) subscription management services for serials published in print including, a consolidated shipping service with online tracking capability, claiming for missing issues and receipt of supplements or special issues when there is no established publication schedule; b) subscription management services for serials published in print, print and online or online-only formats; c) notification and follow-up on titles that cease in print but continue in an online-only format; d) notification of title changes, publication delays, frequency changes, format changes, price changes, publisher changes, cessations or other significant changes during the subscription period; e) continuation of subscription after title, publisher or format has changed; In addition, the plan must address specifically the offeror's plans and capabilities for providing services for materials from each of the regions proposed. The offeror must submit details of their Electronic Data Interchange (EDI) format for invoice data in the proposal. EDI formats for other business functions such as claims, claim responses, purchase orders, etc. may also be submitted in the proposal. The offeror must submit a contingency plan detailing back-up procedures and how they would be implemented in the event of a disaster at one or more of its facilities so that contracted services would continue to be provided. The offeror shall also submit details of their capability to implement changes requested by NLM, in deliveries or other services, in the event of a disaster at NLM, including requests for shipments to be held or to be delivered to an alternate location. The offeror shall outline what steps s/he will take to prevent loss of subscription payment, specifically how titles delayed or behind in publication are flagged for non-renewal, how publishers with poor record of supply are monitored, how subscription renewal payments, especially those over $1000, are recovered should the publisher default on delivery. As support to the detailed narrative plan, offerors must submit actual samples, not mock-ups, of records, reports, internal working output, such as orders and claim letters to publishers. Temporary on-line search access to the offeror's files may be substituted in lieu of written or printed documentation. 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 proposal provides the best overall value to the Government. In determining which proposal 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 proposals 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/Weight 30% Understanding the Requirements and Technical Approach 1) The feasibility and practicality of the approach to executing the requirement; 2) Understanding the difficulty and complexity of the work; 3) Recognition of potential difficulties in performance and the soundness of proposed solutions especially as they relate to the specific geographic areas proposed; 4) The commitment and methods to be employed to ensure timely, complete and responsive adherence to the requirements established in the Statement of Work. 5) Any proposed optional services that may be offered in addition to those outlined in the Statement of Work. CRITERION B/Weight 30% Corporate capability 1) The offeror's demonstrated record of successful technical expertise in providing similar services to other medical, scientific, research, or academic libraries of comparable size to NLM. Three to five existing clients must be given as references with names, addresses and telephone numbers of persons with knowledge of the offeror's recent performance on projects of a similar nature and complexity to the requirements of this project and which include the supply of serials from the regions which the requirement covers. 2) Evidence of experience and familiarity with biomedical publishing for the countries proposed to be serviced. 3) How the company will allocate overall resources to this project. 4) Size and makeup of the offeror's database and degree to which entries comply with international bibliographic practice, as well as frequency of update and currency of data in the database and the detail presented to external users. 5) The capabilities of the offeror's automated system including search features, incorporation of standards such as EDI, and its availability to NLM through the Internet. CRITERION C/Weight 20% Personnel 1) Qualifications of the offeror's personnel including the type of personnel, their background experience, relevant academic preparation, training and availability. Resumes and references for individuals proposed to fill key positions should be given. 2) Qualifications of any subcontractors used to assist the offeror with acquisition of specialized material or in special geographic areas. 3) Assignment of managerial, supervisory, and quality assurance responsibilities. CRITERION D/Weight 20% Past performance 1) Quality of the offeror's past performance based on information obtained from references provided by the offeror, as well as other relevant past performance information obtained from other sources known to the Government. Reputation for reasonable and cooperative behavior and commitment to customer satisfaction. Adherence to contract schedules, including administrative aspects of performance. 2) Assessment of relative risks associated with each offeror. Performance risks are those associated with an offerer's likelihood of success in performing the acquisition requirements as indicated by the offeror's record of past performance. Total Possible Points: 100 points 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 June 29, 2012. 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) and Subscription Contract Title Lists of this requirement are attached to this solicitation. ** All proposals received by May 29, 2012, 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 FIVE (5) copies of the proposals on or before 4:30 PM EST, May 29, 2012 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) All proposals received within forty five (45) days from the date of publication of this synopsis will be considered by NLM. NLM Synopsis No. NIHLM2012348-UHP. EMAILS AND FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services required by NLM. The offeror shall include all information necessary to document and/or supports the qualification criteria in one clearly marked section of its proposal. 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, MSC 5488, Bethesda, Maryland 20892, Attention: Uyen H. Phuong, Contracting Officer, on (301) 496-6127. Vendor 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 Regulations (FAR): htm://www.amet.gov/far/. The following clauses and provisions shall apply to this acquisition and maybe obtained from the web site: 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 (May 2011)-With DUNS 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 (June 2010) - 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 (August 2011).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2012348-UHP/listing.html)
 
Record
SN02721114-W 20120414/120413000027-e04ebb4bf22a0bb90f9ae3116401c9a6 (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.