Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

76 -- Monographic Literature for the National Library of Medicine - Solicitation NIHLM2016818-UHP Blanket Purchase Agreement

Notice Date
8/12/2016
 
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
NIHLM2016818-UHP
 
Archive Date
9/24/2016
 
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
Solicitation NIHLM2016818-UHP Blanket Purchase Agreement This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the formal Request for Proposal (RFP) NIHLM2016818-UHP. The resultant contract will be Blanket Purchase Agreement (BPA). The solicitation document and incorporated provisions and clauses are those in effect through July 2016 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-89. This acquisition is NOT small business set-aside and the North American Industry Classification System (NAICS) code is 519120, Libraries and Archives Services. The purpose of this purchase agreement is to supply monographs, monographic series (numbered and unnumbered), and related services for NLM through firm and standing orders and approval plans from one or more of the following areas/countries: United States, Canada, United Kingdom, Ireland, Germany, Austria, Switzerland, Belgium, Netherlands, Luxembourg, Liechtenstein, Sweden, Finland, Norway, Denmark, France, Spain, Portugal, Greece, Australia, New Zealand, Albania, Armenia, Azerbaijan, Belarus, Bosnia and Herzegovina, Bulgaria, Croatia, Czech Republic, Estonia, Georgia, Hungary, Kazakhstan, Kosovo, Kyrgyzstan, Latvia, Lithuania, Moldova, Montenegro, Poland, Romania, Russian Federation, Serbia, Slovakia, Slovenia, Tajikistan, Turkmenistan, Ukraine, and Uzbekistan. Republic of South Africa, and West African nations (Benin, Burkina Faso, Cape Verde, Gambia, Ghana, Guinea, Guinea-Bissau, Ivory Coast, Liberia, Mali, Mauritania, Niger, Nigeria, Saint Helena, Senegal, Sierra Leone, Sao Tome and Principe, and Togo). In addition to supplying literature from one or more of the areas/countries listed above, vendor may offer to supply literature from other areas/countries. It is anticipated MULTIPLE AWARDS will be made from this solicitation. This requirement is for one base year will begin on or about September 30, 2016 through September 29, 2017 with options for four (4) successive one year periods. TECHNICAL EVALUATION FACTORS Technical factors are of paramount consideration in the award of the contract; however, price is also important to the overall award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government can make tradeoffs among price and technical factors in determining which Offeror offers the best value by awarding to other than the lowest price Offeror or other than the highest technically rated Offeror. Offerors are advised that award will be made to those Offerors whose proposals provide the best overall value to the Government. TECHNICAL EVALUATION CRITERIA In determining which proposal represents the best value and results in the lowest overall price 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 processes: FACTOR WEIGHT 1. Technical approach WEIGHT: 35% a. The range of publication types and sources (e.g. commercial publishers, research organizations, government agencies, professional associations), which the offeror is prepared to supply. b. The method which the offeror proposes for the timely identification of new biomedical titles. c. The offeror's proposal for timely supply of publications and services to NLM. d. Proposed shipping and packing procedures. e. Proposed approach to customer relations, including communicating problems to NLM; responding to claims, questions from NLM; and planned site visits. f. Proposed approach to addressing the problems of non-delivery, lost shipments and claim problems. g. Proposal for compliance with NLM's invoicing requirements. h. The proposed means for avoiding duplication of monographic firm order, approvals, and standing orders. i. Quality and completeness of status and management reports proposed. j. Automation services proposed. k. Optional services offered. 2. Corporate Capability WEIGHT: 25% a. Evidence of experience with and knowledge of the book trade and biomedical publishing, experience with national and international bibliographic standards and organizations, and experience with supplying works from the geographic areas proposed. b. Size and makeup of the offeror's database, including information about the frequency of update, language and geographic breakdown, currency of information, compliance with international bibliographic practice, and detail presented to external users. c. Capability of offeror's automated system(s) and availability to NLM. d. Capability of personnel specifically assigned to NLM account. Offerors are requested to submit detailed information regarding the type, background, experience, relevant academic preparation, training and availability of the customer service representative, selectors, and standing order specialist being proposed for this requirement. Name of principal contact person(s) must be furnished. Resumes and references for individuals proposed to fill key positions are requested. e. Offeror's capacity to carry out bibliographic research, to resolve questionable citations and to identify obscure publisher addresses. Description of the resources available to offeror's personnel for bibliographic research. 3. Past Performance Evaluation WEIGHT: 25% The Government will evaluate past performance based on information obtained from references provided by the offeror, as well as other relevant past performance information obtained from sources known to the Government. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The offeror's demonstrated record of successful technical experience in providing similar services to other medical, scientific, research or academic libraries of comparable size to NLM. Offerors are required to furnish in their proposal information about their record of related corporate experience, including three to five existing clients as references with names, current addresses and telephone numbers of persons with knowledge of the offerors' recent commission of projects of a similar nature and complexity to the requirements of this project. 4. Understanding the Requirements of the Statement of Work/WEIGHT: 15% a. The feasibility and practicality of the approach to executing the requirement. b. Understanding the difficulty and complexity of the work. c. Recognition of potential difficulties in performance and soundness of proposed solutions. d. Understanding of the audience and subject requirements of the National Library of Medicine, and its requirements and limitations regarding literature types and formats (e.g., dissertations, textbooks; consumer health and patient instruction materials). All proposals received by Friday, Sept 9, 2016 at 4:30 P.M., EST (Eastern Standard Time) will be considered by the National Library of Medicine (NLM). Responses must be in writing, and must include pricing information and meet the criteria requirements. 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, Bethesda, Maryland 20892-5488, Attention: Uyen Phuong, Contracting Officer via email at phuongu@mail.nlm.nih.gov no later than August 26, 2016 at 12:00 P.M. EST. ** Blanket Purchase Agreement Solicitation of this requirement is attached ** Responses to this posting must be submitted via NLM's Electronic Contract Proposal Submission (eCPS) system at https://ecps.nih.gov/nlm, no later than 4:30 p.m., (Eastern-Daylight Savings Time), Friday, September 9, 2016. NOTE: For directions on using eCPS, go to https://ecps.niaid.nih.gov/NLM and click on "How to Submit." To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted. All proposals received before the deadline for submission of proposals stated in this publication of solicitation will be considered by NLM. FACSIMILES WILL NOT BE ACCEPTABLE. Firms interested in responding to this notice must be able to provide the products and services described by NLM in the Statement of Work. Vendors shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this contract. The following clauses and provisions cited herein are incorporated by reference into this solicitation and maybe obtained from the website http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2015), FAR 52.212-2, Evaluation-Commercial Items (Oct 2014). 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 (July 2016)-With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.214-4, Contract Terms and Conditions-Commercial Items (May 2015)-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 (Jun 2016).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2016818-UHP/listing.html)
 
Record
SN04222392-W 20160814/160812235317-4401cab2061280c4d7b82aa60fc52612 (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.