Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOLICITATION NOTICE

70 -- CISPro Software Configuration for Chemical Inventory Web Application

Notice Date
5/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1SBAA1083B002
 
Archive Date
5/23/2011
 
Point of Contact
Jenny L. Meadlin, Phone: 661-275-7301, Mary Ann Y. Canales, Phone: 661-277-9522
 
E-Mail Address
jenny.meadlin@edwards.af.mil, maryann.canales@edwards.af.mil
(jenny.meadlin@edwards.af.mil, maryann.canales@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source - Combined Synopsis/Solicitation - FA9300-11-R-5012 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a sole source buy to ChemSW, Inc.; however the Government will consider all responses received within 15 days of the publication of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48 and DFARs Change Notice (DCN) 20110505. NAICS is 511210 with a small business standard of $25,000,000.00. Solicitation is for a commercial purchase of (1) CISPro Global Ten User License; (2) CISPro Global ChemCat Ten User License; (3) CISPro Global Fire Code Reports & Classification Database; (4) ChemSW Janam MSC configured for CISPro Mobile; (5) CISPro Mobile for CISPro Global Ten User License; (6) Quick Scanner; (7) Barcode Printer Thermal Transfer; (8) Two Hours of CISPro Global WebTraining; (9) Two days of on-site training; (10) Two days of on-site implementation services; (11) Time, travel and expenses for on-site services; (12) Data migration services from Desktop to CISPro Global; (13) One Year of Support for CISPro Global Ten User License; (14) One Year of Support for Janam MSC configured for CISPro Mobile; (15) One Year of Support for CISPro Mobile for CISPro Live/Global Ten User License; (16) One Year of Support for Barcode Scanner; (17) One Year of CISPro Ariel Data Manager Annual Fee; (18) One Year of CISPro Global Ariel Data Manager - North America Annual Fee AFFTC/PKT, Edwards AFB, CA is seeking potential sources capable of providing the following items The chemical inventory web application will put into place the mandatory compliance requirements as set forth by the USAF and OSHA's hazcom programs (29 CFR 1910.1200 & AFOSH Std 161-21; AFI 90-821 and local base policy AFI 32-7086. All employees will have the visibility of hazardous chemicals in their areas as a part of right-to-know and local job hazard analysis. This inventory list will provide information to the Fire Department, EMT staff and other first responders for emergency preparedness. Above all, it will give the Scientists and Engineers inventory tools where they can utilize the existing research chemicals in R&D inventory and design new chemical reactions for making new materials. Since most of the users are chemists, the option of searching a chemical inventory based on chemical structures is indispensible. • Chemical Inventory with the following search ability: o Chemical Name o Chemical Formula o Chemical Structure o CAS # o Location o User o Vendor o Synonyms • Locally Hosted Web Solution o Should be easy and intuitive to use, with a user manual as a part of HELP section o Locally hosted behind AFRL/USAF firewall for high security. o Compatible with the existing USAF.NET platform enabling single sign-on credentials using IIS o Supports Clients using IE 7 or higher; Windows OS Vista or later o Role based inventory visibility to the entire workforce, including Fire Department and EMT/First responders (which may be restricted based on roles). o Interoperable - ability to push/pull data with existing systems using SQL,.NET o Based on permission/rights, users should be able to add/update inventory. Any changes related to add/delete/transfer requires digital signature, which will become a permanent record for a minimum of THIRTY YEARS o Be adaptable, modifiable, customizable and INTIGRATABLE to meet USAF/AFRL needs for - Reporting requirements - Compliance requirements (SARA, etc.) - Chemical licensing (Form 3952) - Environmental (Form 813) o Provide Web service/XML feed to other compatible USAF systems/application o Provide Fire Department with Inventory and MSDS listing from building level (level 1) to shelf level (level 5) o System should have the capability of flagging incompatible chemicals o System should be capable of updating physical properties/hazard information from a certified data source (PCID, NIST etc), which should be READ ONLY for user. Only system administrators should have the ability to alter safety data o The system should have the ability to display hazmat owner (custodian) o There should be options to add custom fields, for example permit number, license number etc. o Obtain most up-to-date reporting requirements from regulatory lists from various agencies i.e. EPA, DHA, DEA, SARA etc. o Print door signs based on room/lab inventory -Contact information for lab manager/alternative, NFPA/HMIS labels, health and other hazard labels. o All communication between client and server and server to database must be FIPS 140-2 encrypted o Use of Active-X or java scripting is not preferred. o GHS Compliance • Data Migration from current system o Import every single hazmat entry from current system (around 10000 records), o including location details, license numbers (if available) and associated MSDSs. o Must be able to migrate current bar-code labels and related information o Maintain continuity of sequential bar-coding system currently being followed at AFRL, Edwards • Record Management for 30 years (Achieve, Audit) o Every record must have an MSDS linked to it based on the vendor information for the supplied lot o Each unique container must have an MSDS attached to the bar-code information o The system should display when the MSDS was last updated, set reminders to updating, and archive old MSDS if a new version becomes available from the SAME vendor o Generates and stores reports generated using the system WITH full version control i.e., tracks changes to reports or documents generated. • 24/7 Customer support for technical issues - o Provide software updates/required patches via secure vehicle (CD/DVD, Secure Weblinks) o Address login issues if the application has a limit on number of active users o Assist in maintaining data integrity/QA o Data backup for disaster management - Using external hard drives/DVD and other optical/magnetic media, which can be used with a laptop running on a battery/UPS • Security Issues o Software vendor should not have a need to access to USAF network for any software module updates/maintenance o No ports should be left open within the application for remote logins o System maintenance will be performed by a USAF/DoD employee/contractor o AFRL employee/contractor will be the DBA for hazmat data • One-time Cost Descriptions o MSDS during initial setup (if missing MSDSs are required, how much is the cost?) o Data migration from current system (can be provided as an MS Excel sheet) o Bar-coding scanners, readers, printers etc. o Option of attaching electronic balances to track quantities • Repeat Cost to include o Yearly support fee o Discounted multi-year support o Cost for MSDS management (per MSDS) and the frequency of updates, o Cost related to additional bar-code scanners, mobile devices etc. (if any) Delivery: Place of delivery, performance, and acceptance is FOB Destination Edwards AFB, CA 93524. The following Provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Trafficking 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Jenny L. Meadlin @ 661-275-7301), no later than Close of Business (COB) 22 May 11 at 4 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail jenny.meadlin@edwards.af.mil. ole Source - Combined Synopsis/Solicitation - FA9300-11-M-5012 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a sole source buy to ChemSW, Inc.; however the Government will consider all responses received within 15 days of the publication of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48 and DFARs Change Notice (DCN) 20110505. NAICS is 511210 with a small business standard of $25,000,000.00. Solicitation is for a commercial purchase of (1) CISPro Global Ten User License; (2) CISPro Global ChemCat Ten User License; (3) CISPro Global Fire Code Reports & Classification Database; (4) ChemSW Janam MSC configured for CISPro Mobile; (5) CISPro Mobile for CISPro Global Ten User License; (6) Quick Scanner; (7) Barcode Printer Thermal Transfer; (8) Two Hours of CISPro Global WebTraining; (9) Two days of on-site training; (10) Two days of on-site implementation services; (11) Time, travel and expenses for on-site services; (12) Data migration services from Desktop to CISPro Global; (13) One Year of Support for CISPro Global Ten User License; (14) One Year of Support for Janam MSC configured for CISPro Mobile; (15) One Year of Support for CISPro Mobile for CISPro Live/Global Ten User License; (16) One Year of Support for Barcode Scanner; (17) One Year of CISPro Ariel Data Manager Annual Fee; (18) One Year of CISPro Global Ariel Data Manager - North America Annual Fee AFFTC/PKT, Edwards AFB, CA is seeking potential sources capable of providing the following items The chemical inventory web application will put into place the mandatory compliance requirements as set forth by the USAF and OSHA's hazcom programs (29 CFR 1910.1200 & AFOSH Std 161-21; AFI 90-821 and local base policy AFI 32-7086. All employees will have the visibility of hazardous chemicals in their areas as a part of right-to-know and local job hazard analysis. This inventory list will provide information to the Fire Department, EMT staff and other first responders for emergency preparedness. Above all, it will give the Scientists and Engineers inventory tools where they can utilize the existing research chemicals in R&D inventory and design new chemical reactions for making new materials. Since most of the users are chemists, the option of searching a chemical inventory based on chemical structures is indispensible. • Chemical Inventory with the following search ability: o Chemical Name o Chemical Formula o Chemical Structure o CAS # o Location o User o Vendor o Synonyms • Locally Hosted Web Solution o Should be easy and intuitive to use, with a user manual as a part of HELP section o Locally hosted behind AFRL/USAF firewall for high security. o Compatible with the existing USAF.NET platform enabling single sign-on credentials using IIS o Supports Clients using IE 7 or higher; Windows OS Vista or later o Role based inventory visibility to the entire workforce, including Fire Department and EMT/First responders (which may be restricted based on roles). o Interoperable - ability to push/pull data with existing systems using SQL,.NET o Based on permission/rights, users should be able to add/update inventory. Any changes related to add/delete/transfer requires digital signature, which will become a permanent record for a minimum of THIRTY YEARS o Be adaptable, modifiable, customizable and INTIGRATABLE to meet USAF/AFRL needs for - Reporting requirements - Compliance requirements (SARA, etc.) - Chemical licensing (Form 3952) - Environmental (Form 813) o Provide Web service/XML feed to other compatible USAF systems/application o Provide Fire Department with Inventory and MSDS listing from building level (level 1) to shelf level (level 5) o System should have the capability of flagging incompatible chemicals o System should be capable of updating physical properties/hazard information from a certified data source (PCID, NIST etc), which should be READ ONLY for user. Only system administrators should have the ability to alter safety data o The system should have the ability to display hazmat owner (custodian) o There should be options to add custom fields, for example permit number, license number etc. o Obtain most up-to-date reporting requirements from regulatory lists from various agencies i.e. EPA, DHA, DEA, SARA etc. o Print door signs based on room/lab inventory -Contact information for lab manager/alternative, NFPA/HMIS labels, health and other hazard labels. o All communication between client and server and server to database must be FIPS 140-2 encrypted o Use of Active-X or java scripting is not preferred. o GHS Compliance • Data Migration from current system o Import every single hazmat entry from current system (around 10000 records), o including location details, license numbers (if available) and associated MSDSs. o Must be able to migrate current bar-code labels and related information o Maintain continuity of sequential bar-coding system currently being followed at AFRL, Edwards • Record Management for 30 years (Achieve, Audit) o Every record must have an MSDS linked to it based on the vendor information for the supplied lot o Each unique container must have an MSDS attached to the bar-code information o The system should display when the MSDS was last updated, set reminders to updating, and archive old MSDS if a new version becomes available from the SAME vendor o Generates and stores reports generated using the system WITH full version control i.e., tracks changes to reports or documents generated. • 24/7 Customer support for technical issues - o Provide software updates/required patches via secure vehicle (CD/DVD, Secure Weblinks) o Address login issues if the application has a limit on number of active users o Assist in maintaining data integrity/QA o Data backup for disaster management - Using external hard drives/DVD and other optical/magnetic media, which can be used with a laptop running on a battery/UPS • Security Issues o Software vendor should not have a need to access to USAF network for any software module updates/maintenance o No ports should be left open within the application for remote logins o System maintenance will be performed by a USAF/DoD employee/contractor o AFRL employee/contractor will be the DBA for hazmat data • One-time Cost Descriptions o MSDS during initial setup (if missing MSDSs are required, how much is the cost?) o Data migration from current system (can be provided as an MS Excel sheet) o Bar-coding scanners, readers, printers etc. o Option of attaching electronic balances to track quantities • Repeat Cost to include o Yearly support fee o Discounted multi-year support o Cost for MSDS management (per MSDS) and the frequency of updates, o Cost related to additional bar-code scanners, mobile devices etc. (if any) Delivery: Place of delivery, performance, and acceptance is FOB Destination Edwards AFB, CA 93524. The following Provisions and clauses apply:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1SBAA1083B002/listing.html)
 
Place of Performance
Address: Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02446178-W 20110514/110512234358-106b0b54b87eb38173c9d8bc6f645b15 (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.