SOURCES SOUGHT
99 -- U.S. Customs and Border Protection Laboratory Information Management System (LIMS)
- Notice Date
- 9/12/2024 8:13:35 AM
- Notice Type
- Sources Sought
- Contracting Office
- MISSION SUPPORT CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 20138673
- Response Due
- 9/26/2024 9:00:00 AM
- Archive Date
- 10/11/2024
- Point of Contact
- Jared A. Tritle, Phone: 3173815447
- E-Mail Address
-
jared.a.tritle@cbp.dhs.gov
(jared.a.tritle@cbp.dhs.gov)
- Description
- DESCRIPTION U.S. Customs and Border Protection (CBP) Laboratories and Scientific Services (LSS) is seeking information from interested vendors as part of an acquisition to establish a contract for a commercial off-the-shelf (COTS) forensic Laboratory Information Management System (LIMS) which is: a) Configurable and customizable. b) Supports evidence Chain of Custody, data integrity, search, query and reporting functions. c) Includes an integrated barcode system and resource management capability (assign/track work�and laboratory inventory/supplies). d) Includes report generation with electronic routing, signature and messaging. e) Supports forensic laboratory accreditation compliance and legal scrutiny in U.S. Courts of Law. f) Includes end user, train the trainer (T3) and Admin training packages g) Supports 300 users at numerous nationwide (including Puerto Rico, Hawaii and Alaska) �locations including LSS�s regional laboratories, Forward Operating Labs (FOLs), Joint Forensic Centers, (JFC�s), Reachback Centers and Mobile Operations, as well as any additional functional areas that may be added at a later date. CBP intends to use the information from this RFI for future acquisition plans. THIS IS A REQUEST FOR INFORMATION/SOURCES SOUGHT ANNOUNCEMENT. It is for informational purposes only. A solicitation is NOT being issued. This Request for Information (RFI) from industry will allow the Government to identify interested sources capable of meeting all requirements. The information sought will be used for planning purposes only. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a contract based on this RFI, nor will the Government pay for any information submitted by respondents. All proprietary or sensitive corporate information must be clearly marked. This announcement in no way obligates or commits the Government to acquire any product or service. There shall be no basis for claims against the Government, as a result of information submitted in response to this RFI. BACKGROUND The Department of Homeland Security, U. S. Customs and Border Protection (CBP), Laboratories and Scientific Services (LSS) is the scientific and forensic branch of CBP that represents one of the largest and most diverse government laboratories in the world. LSS�s mission is to provide rapid, accurate, and reliable forensic, scientific and testing services to protect the homeland in six functional areas.to include: controlled substances, digital forensics, friction ridge examinations, trade, reachback (narcotics and radiation/nuclear), and palynology. The laboratory system is accredited by the American National Standards Institute (ANSI) American National Accreditation Board (ANAB) and complies with the International Organization for Standardization / International Electrotechnical Commission (ISO/IEC) 17025 standards in the forensic and trade disciplines. To fulfill the LSS mission with ultimate operational efficiency and compliance, LSS is seeking a commercial off-the-shelf (COTS) forensic Laboratory Information Management System (LIMS) that can be customized to LSS�s functional areas and which is capable of handling evidence entry and routing, chain of custody tracking, case creation, case/sample assignments, case data input, image storage, reporting, and tracking and monitoring current and future work loads of LSS�s regional laboratories, Forward Operating Labs (FOLs), Joint Forensic Centers, (JFC�s), Reachback Centers and Mobile Operations, as well as any additional functional areas that may be added at a later date. Additional information about LSS can be found at https://www.cbp.gov/about/labs-scientific-svcs# The scope of this requirement is the development of the high-level goals and objectives necessary to modernize and procure a COTS LIMS system for LSS locations. Vendor system demonstrations will be required for any future solicitation associated with the effort.� � REQUESTED INFORMATION CBP seeks information from interested vendors that can provide commercially available capabilities and services that satisfy the attached DRAFT Statement of Work. Citing examples, please describe your capabilities and experience meeting requirements similar in scope and complexity to the requirements of the SOW.� In addition to a description of capabilities and experience, CBP seeks responses to the following questions: General Description Description of the data platform and user interface Pricing model for user access, as necessary Price estimate for proposed solution and available options Identification of potential cost drivers Identification of potential performance drivers Description of level of effort and time required to modify an existing commercial solution required to meet the requirements Description of data security standards applicable to proposed solution Availability for a product demonstration, whether as a market research activity or as part of a potential proposal evaluation General Questions Company Name, Company Address, Point of Contact, Telephone Number, and e-mail Address. What NAICS code do you use? Are you classified as a Small Business under this NAICS code? Can your company meet the requirements of the draft SOW through an existing contract vehicle open for CBP use such as a General Services Administration (GSA) Multiple Award Schedule (MAS)? If so, what is the contract number? If able to, please provide information (Agency, Contract Value, and POC) for any current or previously awarded federal contracts for Forensic LIMS issued to your company within the last 5 years. What is your organization�s experience with providing a Forensic LIMS for law enforcement agencies and/or which has undergone scrutiny in US Courts of Law? Does your system include an integrated Barcode system to assist with sample tracking, case management and inventory management? Does your system support electronic signature and routing? �Does your system support end user configuration and customization? Do you have any concerns related to meeting the requirements in the SOW? What is a realistic timeframe for delivery after award? RESPONSE FORMAT AND LIMITS Interested parties should submit a written response, maximum of 5 pages in length single sided; no less than font size 10 that: Demonstrates the respondent�s ability to meet or exceed the capability requirements; Addresses each of the requests for information; Provides the company name and address, point of contact with phone number and e-mail, business size, UEI number, and available contracting vehicles; Cost/price estimates and an identification of potential cost drivers, tradeoffs, and/or savings; and, Any other pertinent information such as assumptions made relating to the ability to satisfy specific requirements or questions regarding ambiguous or poorly defined requirements. All responses shall be submitted electronically (Adobe PDF format). Responding to this RFI is not a prerequisite to bid on a subsequent RFP, if one is issued. Responses may include links to available product demonstration websites or videos. Responses are due no later than September 26, 2024 at 12:00 pm ET. Responses must be submitted via e-mail to the contract officer: jared.a.tritle@cbp.dhs.gov SUMMARY THIS IS ONLY A REQUEST FOR INFORMATION (RFI). The information derived from this RFI will assist CBP in identifying sources that can satisfy the requirements of the SOW. The information and specifications provided in the RFI are subject to change and are not binding on the Government. CBP has not made a commitment to procure any of the items presented, and release of this RFI should not be construed as a commitment or authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7ff77fbc793149ba909237d6513d092e/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07209921-F 20240914/240912230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |