Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2005 FBO #1252
SOLICITATION NOTICE

70 -- Provide, Install and Maintain a Laboratory Information Management System (LIMS)

Notice Date
1/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Systems Integration & Management Center (TFM), 6354 Walker Lane Suite 200, Alexandria, VA, 22310
 
ZIP Code
22310
 
Solicitation Number
GSC-TFMG-05-0005
 
Response Due
1/28/2005
 
Point of Contact
Vernessa Younger, Contract Specialist, Phone (703)306-7617, Fax (703)306-7711, - Lee Hardwick, Contract Specialist, Phone 703-306-7606,
 
E-Mail Address
vernessa.younger@gsa.gov, lee.hardwick@gsa.gov
 
Description
This is a synopsis for a Commercial-Off-The-Shelf (COTS) Laboratory Information Management System (LIMS) using FAR 12-Commericial Items procedures. Mandatory features are: (1) Any LIMS must operate on Oracle database, version 9i; (2) Supplier must meet National Security requirements; and 3) Concurrent, no name licenses for approximately 1000 users located across eleven (11) CONUS locations, one (1) in Puerto Rico, and one (1) mobile laboratory. Preferred features: (1) Forensic activities, chain of custody tracking, and assurance; (2) Evidence inventory tracking and management; (3) Workload scheduling (including personnel, equipment, and analytical information); (4) Quality assurance and quality control; (5) Analysis information capture and management; (6) Information storage and retrieval including: audio, video, image, fingerprint, and text; (7) Data query and report production and dissemination; (8) Data interface to other client information management systems; (9) Work-flow management; (10) Integrated laboratory system(s); (11) Acceptance of bar-code, and potentially Radio Frequency Identification information; (12) Non-proprietary solutions; (13) Network security including username/password authentication; (14) Web-based; (15) User training; (16) Compliance with the American Society of Crime Laboratory Directors / Laboratory Accreditation Board (ASCLD/LAB) and/or ISO 17025 guidelines; (19) Paperless environment; (20) Tiered system architecture; and (21) Electronic signature capability. Although hardware is anticipated to be a small portion of this procurement, offerors will need to include hardware parameters such as numbers of users, locations, workstations, servers, instruments, other peripherals, and networks in their proposals. Proposals will need to address past experience/performance to include: 1) customer name, 2) point of contact (name, phone #, and email address if available), 3) description of the project, 4) installation size and location(s) at federal or non-federal site. Offerors will need to describe company’s experience with Rational Unified Process and/or Software Engineering Institute (SEI) Software Capability Maturity Model (SW-CMM); instrument interfaces with their LIMS product; customization and configuration parameters; configuration management/version control; upgrades and scalability; a costing/pricing model for typical installations to include initial installation, ongoing maintenance and support including version upgrades, training, hardware and software requirements, customization/configuration, and help desk support. National Security clearance is a mandatory requirement for this procurement. Any offeror will need to demonstrate they possess a current SECRET Facility Clearance issued by the Department of Defense, Defense Security Services (DSS) or the capability to obtain a SECRET Facility Clearance within 60 days after award of any contract resulting from this procurement. To meet this requirement, the company must be wholly U.S. owned and operated. All contractor personnel assigned to this procurement must be granted a SECRET security clearance by DSS for access to National Security Information within 90 days after award of any contract resulting from this procurement. Additional National Security Information is available at www.dss.mil. The proposal may require descriptive product literature. Offerors shall complete the Offeror Representations and Certifications – Commercial Items required by FAR 52.212-3. Offerors will present a written proposal for the key personnel, project staffing, Section 508, the information required to obtain a National Security clearance, project management, past performance and technical approach; with oral presentation used for product demonstrations, project management and technical approach. Proposals will be evaluated on a best value basis. This procurement is anticipated to be a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity contract. The Government anticipates that travel will be required for training, installation, and operations and maintenance after award. The period of performance is anticipated to be one base year and four option years for a total of 5 years. The anticipated release date is no earlier than January 27, 2005, and anticipated award date is May 1, 2005. All interested parties may request the solicitation from GSA FEDSIM, Attn: Vernessa Younger, 6354 Walker Lane, Suite 200, Alexandria, VA 22310 or email at vernessa.younger@gsa.gov . All responsible sources submitting a proposal in response to the solicitation resulting from this synopsis will be considered by GSA FEDSIM. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-JAN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-APR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/FTS/TFM/GSC-TFMG-05-0005/listing.html)
 
Place of Performance
Address: Arlington, VA
Country: USA
 
Record
SN00798672-F 20050501/050429213847 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.