Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2005 FBO #1299
SOURCES SOUGHT

70 -- Computerized Maintenance Management System

Notice Date
6/15/2005
 
Notice Type
Sources Sought
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 427, Room 12, Frederick, MD, 21702
 
ZIP Code
21702
 
Solicitation Number
Reference-Number-RFI0501
 
Response Due
7/15/2005
 
Archive Date
7/30/2005
 
Description
REQUEST FOR INFORMATION Issued by: SAIC-Frederick, Inc., Operations and Technical Support Contractor to the National Cancer Institute at Frederick, Maryland. Purpose of this RFI: This RFI is intended to gather information on available software packages that have the capability to provide SAIC-Frederick a comprehensive Computerized Maintenance System (CMS) that incorporates project management, scheduling, maintenance, calibration, engineering, estimating, labor rates, scheduling, space management, asset management, inventory control and property management functions as well as seamless integration with demographic and financial software programs currently in use at NCI-Frederick. This RFI is for analysis and planning purposes only and should not be construed as a solicitation or as an obligation on the part of SAIC-Frederick. Current CMS and Related Software The current CMS infrastructure is a mainframe-based program that acts as the core system for work order processing, preventive maintenance activities, equipment history, purchase request generation and customer billing. The core system exports data into other management tools such as Primavera and an MS Access database designed for project management purposes. The core data is then supplemented and used for various project management and reporting purposes. The core system also interacts with NCI-Frederick?s demographic database to verify employee information, the property accountability system to import certain equipment data, the supply warehouse for material requisitions and a client server based financial management system for procurement, cost collection, and billing. Other MS Access databases, associated with FME work activities, have been designed and are used for tracking or other management related purposes. Purpose for CMS Replacement and Software Consolidation The purpose for replacing the current CMS is as follows: (1) Consolidate the functions of the following applications by migrating to a server controlled single software application. CMS: ADABAS Warehouse & Inventory Control System (WICS): ADABAS Property Accountability: ADABAS Alarmed Equipment System: ADABAS Project Management: MS Access, PME database Estimating: Costlink, version 3.6 Other MS Access: - Lessons Learned Database - CA/FA Tracking Database - Drawing Database - Action Items Database - Space Management Database (2) Eliminate system interface/data transfer problems, redundant data entry and inefficiencies of running multiple products to monitor and report one work activity. (3) Provide more robust monitoring and reporting capabilities (4) Provide the ability to transfer data to/from Primavera for project scheduling and resource management. Primavera, version P3 e/c (running SQL server) (5) Provide seamless integration with existing facility systems. Demographics: Cyborg, version 5.0 Financial: Smartstream, version 6.5 Requirements for new CMS We are looking to replace the Modules or Systems listed below. Systems offered by vendors should include all basic and/or standard features and functions and address the specific needs listed. Responders should provide brief information on how their application addresses each of these requirements. The basic Work Order module should include: Header and task level components The capability for an unlimited number of task assignments that reference/incorporate the same base work order header number Per task equipment number or building & room number for purposes of cost/labor history. The Project Management module should include: Job Scheduling and Project Planning Project Costs and Estimates? Budget, Actuals, Estimate to Complete, Project to Date, Fiscal Year to Date Reconcile with Financial Management System Schedule Performance Resource Assignment, Allocation and Management Assignment of Rates and Escalation Expense Tracking Group, Sort, Filter and Summarize Layouts Work Order Management and Approval Tracking Funding Authorizations Indicate Fiscal or Contract Year, Fund Type and Cost Center Send Progress and Authorization Notifications to customers, management and project managers Store and report on Lessons Learned The Estimating module should: Utilize RS Means construction cost data Be available for all work order types Provide analysis capability. Provide predefined and user defined forms Provide full range of reporting for direct cost and indirect costs The Preventive Maintenance module should include: Frequency & interval, elapsed time, run time and random selectable scheduling that also reassigns weekend or holiday due dates to the nearest business date, Monday thru Friday. Work order packages that involve multiple shops/crafts must reference the same work order number. User definable checklists required User definable processes and measured data retention. PM activities should be estimated per craft for resource loading purposes. PM activities should have the capability to be grouped during a downtime window Revision control necessary for checklists and schedules. The Equipment Calibration module should include: The ability to identify and track equipment calibration activities with full work order integration and reporting capability cGMP validation capability that includes necessary security, revision control and audit features. The Asset Management module should include: The ability to assign assets to a location, employee, department, division and/or program The ability to categorize various equipment types by class or family The ability for multi-level child/parent relationship for all equipment types required to include operational cost roll-up All necessary warranty information and flag work order generation process of existing warranty condition Bill of materials/spare parts list Store technical details of asset, including link to design drawings and operating/maintenance manuals Asset management data accessible through AutoCAD providing a bi-directional link between CAD drawings and the database. The Space Management module should include: The ability to assign individual rooms to a user plus user information The ability to perform space planning scenarios The ability to support IFMA/BOMA standards The ability to create ad-hoc queries Generate detailed BOMA reports Store room data, including square footage, ceiling height, finishes (ceiling, floor, walls, etc), air supply and exhaust, available utilities. Accessibility through AutoCAD providing a bi-directional link between CAD drawings and the database. The Warehouse and Inventory Control module of the system should include: Requisition processing Inventory reorder system. Multiple warehouse capability Generate purchase requests based on reorder information Ability to utilize different item cost methodologies Pick ticket printing (for Central Supply Warehouse) Stock item status modification functions Search Strings Locator System Statistic calculations for usage, value, etc. Nomenclature information file (inquiry and reporting function) Work order integration of inventory transactions The capability for predefined and ad-hoc reports Data query and screen retrieval capability Physical inventory for items in stock. The Property module of the system should include: Tracking system for all accountable property Warranty/Repair information (add, change, extend, etc.) Create an Online Capital Equipment invoice reconciliation program. Interface with Barcode Scanner Hardware and Software for inventory purposes. Equipment ?on-loan? feature with necessary information captured Data query and screen retrieval capability Disposition References (Codes, Dates, etc.) Inventory Flag, Automated (Y/N) Inventory Information (Last Inv. Date, Last Update, etc.) The capability for predefined and ad-hoc reports The Reports module should include the ability to generate: Daily Reports Exception Reporting Ad-hoc Reporting Send reports via email Reports for all users on their individual action items Screen retrievals, charts and graphs Reports for all aspects and phases of cost, schedule and work order processing data. The System Environment/Platform should be the following: Windows Environment/Unix Client/Server SQL Server/Sybase Customer to host software product Web based user interface System Security should include: Capability for multiple security/user assignments levels Full audit trail capability. Data Migration/Conversion capability must include: Conversion of data in existing CMS and PME Implementation and Training Support to include: Please describe your capabilities to provide these services Billing/Charging capabilities must include: The ability to produce extract files, to be transmitted to facility financial system according to criteria which include combinations of: type of work order; type of cost; and fiscal response code Charges that are determined by the cost type, either material/contract costs or labor costs Labor charges that can be specified at the craft/assigned contractor level Extracts must provide for both debits and credits Technical Support capabilities must include: Please describe your capabilities to provide technical support Other Areas of Interests Future integration with Payroll system. - LaborLogix software Future integration with Building Automation System - Invensys software Submission of Response: Your submission should provide detailed information on your proposed solution(s) including, but not limited to; application/platform requirements, application functionality and how it meets the minimum requirements noted above, integration/installation/support information, license options, maintenance package information and budgetary information. Please send your response via mail or email to the address below: Gregory R. Davis, CPM SAIC-Frederick, Inc. National Cancer Institute Building 1050 P.O. Box B Frederick, MD 21701 gdavis@ncifcrf.gov For questions or concerns please contact Jeanne Lewis at 301.228.4007 or jlewis@ncifcrf.gov or Greg Davis at 301.228.4011 or gdavis@ncifcrf.gov
 
Place of Performance
Address: Contractor Facility and, NCI- Frederick Cancer Research Facility, Ft. Detrick, Frederick, MD
Zip Code: 21702
Country: USA
 
Record
SN00830142-W 20050617/050615211757 (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  © 1994-2020, Loren Data Corp.