Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

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

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
 
ZIP Code
20537
 
Solicitation Number
DEA-05-R-0001
 
Archive Date
10/1/2005
 
Description
The Drug Enforcement Administration (DEA) has a requirement for a Commercial-Off-The-Shelf (COTS) Laboratory Information Management System (LIMS) with as little customization as possible. The procurement will be issued under full and open procedures, using FAR Part 15. Mandatory features are: (1) Any LIMS must operate on Oracle database, version 9i and upgrade as DEA upgrades to higher versions; (2) Supplier must meet National Security requirements (see below); and 3) Concurrent, no name licenses for approximately 1000 users located across eleven (11) CONUS locations 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. The product will be assessed to the degree that customization will be required and minimized to satisfy the established requirements. 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. 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 with four one year option periods. The anticipated release date is April 25, 2005 at www.dea.gov, under ?acquisitions/contracts? and ?open solicitations?. Once the solicitation is posted, the website will walk the interested party through a registration process in order to access certain documents. This registration will put the offeror on the electronic bidders? list. Offerors are responsible for checking www.dea.gov for the solicitation and any amendments. The solicitation will only be available via DEA?s website. No telephone requests/inquiries will be honored.
 
Record
SN00784965-W 20050410/050408212107 (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.