Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2007 FBO #1887
SOURCES SOUGHT

70 -- Biorepository System

Notice Date
1/24/2007
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFI-0001-Biorepository
 
Response Due
2/20/2007
 
Archive Date
3/7/2007
 
Description
This is a market survey and sources sought synopsis to identify firms with expertise in providing systems to manage the storage and tracking of biological specimens. Industry responses will aid in the understanding and development of the Government?s functional and technical requirements by identifying capabilities and functionality of commercially available systems. The National Institutes of Health must now track and report on all identifiable human tissue samples stored within the intramural program. The Government?s object is to identify sources capable of providing both the ability to physically track specimens stored in a variety of conditions as well as manage the related patient data, sample data and usage data in an integrated enterprise-level system. The National Institutes of Health has developed the following draft Scope of Work: The Government has a need to acquire a biospecimen storage inventory system capable of providing laboratory workflow management, storage of specimen assay results, integrated patient, clinical and biospecimen data, and integrated electronic documents or questionnaires. (1) The business model should include the ability to provide a complete turn-key on-site implementation and project management support, complete hardware with multiple environments (build/test, train, production, fail-over) including system servers, hand held systems with bar-code/RFID capabilities and label printing devices and additional peripherals, system configuration and build services, testing, training, implementation services, maintenance, and upgrade services. (2) Implementation services should provide the ability to work through laboratory work-flow to ensure an appropriate system build, the ability to migrate existing physical management or data management files as well as provide large data extractions. Vendor should provide consumables such as bar-code labels or RFID chips. (3) The system proposed should be able to maintain a robust system of records including patient/subject data such unique identifiers, age, race, gender, vital statistics and protocol numbers. Sample data fields should include protocol or study ID, sample ID, date and time sample collected, collection site, thaw and access tracking, consent form (as PDF or electronic), and related investigator information. (4) Specimen data should include ID, type of tracking device (bar-code or RFID device), storage location and environment, type of storage container, volume, specimen warnings, specimen status ? e.g. in storage, in use and the ability to fill in data fields for specimen aliquots as appropriate. The system should be able to track any associated specimen documentation such as material transfer agreements or cooperative research agreements. Data about specific boxes, shelves and freezers should be available for reporting and for the placement of new samples. (5) The physical management of samples should utilize all current applicable technologies and should provide an intuitive user interface. The system should allow for the addition of new samples with the ability to associate the sample with a patient or study. Technical capabilities should enable physical sample management for both a wired and wireless environment as well as for storage conditions as low as -200 degrees centigrade. The system should monitor and track freezer temperatures and freezer failures. (6) The system must be compatible with both PC and MAC operating environments, scalable to multiple labs as well as multiple disparate geographic locations, allow for customized software, ability to provide decision support, with reporting and query capabilities and tools. (7) The system should have a role based security schema with the ability to grant varying privileges to multiple user categories, and provide a framework that supports HIPAA and privacy standards. The system should support import or export of data sets, interface with existing sample management systems as well as appropriate security to prevent the export or download of patient data to local environments. The system should provide programmatic messaging interfaces such as api or plsql routines. The system should comply with current interface standards such as HL7 and CDISC. Data standards should be compliant with LOINC, SNOMED etc. The system should be able to accommodate 5000 concurrent users, 1000 professional users and 4000 technician level users. This is a SOURCES SOUGHT announcement only, and your response is not an offer. All information submitted in response to this announcement is voluntary. The Government requests that interested parties structure their response expressing their ability to satisfy the Government?s anticipated requirements in the same order as the numbered scope elements above. The Government will not pay for the information requested nor will it compensate any respondent for any cost incurred in the preparation or submission of industry responses. Solicitations are not available at this time, and as such any requests for solicitations will not receive a response. Information collected via this market survey will in no way be used to limit or screen potential offerors from future consideration for selection. Information provided by any offeror in response to this market review shall not be disclosed if doing so would reveal the vendor?s confidential business strategy, and will be protected under FAR 3.104 or FAR Subpart 24.2. All proprietary and restricted information provided in response to this synopsis should be clearly marked. Interested parties with performance capability should send supporting information that documents that belief. Responders should provide a high-level description of their current capabilities as well as any other currently available automated solutions that address the needs described in this RFI. Capabilities provided should be as specific as possible, and should identify unique technical qualifications in specific areas. If published pricing is available, please include this information. In addition, interested parties with commercially available systems are requested to specifically address the following: Describe any known limitations using wireless technology infrastructure and identifying available contingencies in case wireless service is unavailable; describe security features; define capabilities for in-house versus remote hosting; address the timeframe for a typical install from contract issuance to house-wide use. The information provided need not be excessive in length, but should be sufficiently detailed to demonstrate that your company understands the nature of work involved, and has the expertise and resources to successfully perform. The NAIC and small business size thresholds for this requirement are respectively, 541512 and 21.0 is the small business size standard. Responding companies should advise if they are considered a large or small business based upon the size standards provided. Responses are requested by February 20, 2007. Please address responses to Julius Y. Tidwell, Contracting Officer, National Institutes of Health, Office of Purchasing and Contracts, 6707 Democracy Boulevard, Suite 106M, Mail Stop Code 5480, Bethesda, Maryland 20892-5480 or via e-mail to jtidwell@cc.nih.gov. Please ensure you have included your return e-mail address, mailing address, telephone number and facsimile number in the body of your response.
 
Place of Performance
Address: 6707 Democracy Blvd., Suite 106, Bethesda, Maryland
Zip Code: 20892-5480
Country: UNITED STATES
 
Record
SN01218118-W 20070126/070124220400 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.