Federal Bid

Last Updated on 22 Dec 2009 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Indexing of Journal Articles for MEDLINE

Solicitation ID RFP-NLM-10-010-UHP
Posted Date 05 Nov 2009 at 5 PM
Archive Date 22 Dec 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Library Of Medicine
Agency Department Of Health And Human Services
Location United states
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 Negotiated Acquisition Procedures in accordance with FAR Part 15.002. This announcement constitutes the formal Request for Proposal (RFP) NLM-10-010-UHP and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through October 2009 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-37. 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 the indexing of biomedical journals for MEDLINE, using the policies and procedures detailed in the NLM Indexing Manual and numerous technical memoranda.

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                                                                               50 points

(a) experience in indexing biomedical literature or indexing experience in other subject areas.

(b) education consisting of at least a Bachelor's degree with a major in the biological sciences, or its equivalent (in the event of a proposed indexer's demonstrated outstanding experience in a biomedical field the requirement for a Bachelor's degree may be waived at the Government's option).

Mandatory Criteria. Indexing personnel with subject expertise are the primary and mandatory requirement for this acquisition.

B. Understanding the Requirement and Technical Approach              25 points

(a) The offeror's demonstrated understanding of the technical requirements, including the offeror's understanding of the performance standards and quality control and the provisions for rejection of batches of journals or individual articles, and the offeror's understanding of the established procedures for training of new indexers.

(b) The offeror's specific approach and strategies proposed to meet the requirement, including the approach used to assure the completion of required quantities of journals on a timely basis, the proposed procedures for shipping journals to non-local indexers, and the feasibility of estimated production level for the proposed personnel.

C. Corporate Capability and Successful
Past Performance with Similar Projects                                            25 points

The offeror's demonstrated record of successful technical and administrative past performance in managing a project of equal scope and complexity, including successful completion of production schedules and explanation of management participation.

                                                            Total Possible Points:     100 points

Offerors should propose separate unit prices for MEDLINE indexing, Gene indexing, Chemical indexing, and HSRProj indexing.

It is anticipated that MULTIPLE AWARDS will be made from this solicitation. This requirement is for a base year with option for one (1) successive one-year period and three (3) award terms. The period of performance is on April 1, 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 December 7, 2009, 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 SIX (6) copies of the proposals on or before 4:30 PM EST, December 7, 2009 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 (March 2009); FAR 52 212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (September 2009).

 

Bid Protests Not Available

Similar Opportunities

New york New york 08 Jul 2025 at 11 AM
Montpelier Vermont 16 Jul 2025 at 8 PM
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)