Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
MODIFICATION

D -- RFI for LIMS and Business Systems/Processes Assessment & Recommendations

Notice Date
12/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 427, Room 12, Frederick, Maryland, 21702
 
ZIP Code
21702
 
Solicitation Number
S10-092
 
Archive Date
12/31/2009
 
Point of Contact
Howard R. Souder, Jr., Phone: 3018465096
 
E-Mail Address
souderhr@mail.nih.gov
(souderhr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
RFI for LIMS and Business Systems/Processes Assessment & Recommendation General Information: This Request For Information (RFI) is for INFORMATIONAL AND PLANNING PURPOSES ONLY and SHALL NOT BE construed as A SOLICITATION or as an OBLIGATION on the part of SAIC-Frederick, Inc. (SAIC-F). THIS IS STRICTLY MARKET RESEARCH. Any questions concerning this solicitation must be directed through the SAIC-F point of contact, at the email address listed below. RFI Number: S10-092 Posted Date: December 7, 2009 MODIFIED - Response Due Date: December 23, 2009 by 3:00 PM Eastern Standard Time Contracting office address: SAIC-Frederick, Inc. 92 Thomas Johnson Drive, Suite 250 Frederick, MD 21702-1201 Purpose of RFI: SAIC-Frederick, Inc. (SAIC-F) has a requirement to assess existing laboratory operational processes and related IT infrastructure within the Advanced Technology Program (ATP) as well as implement a plan to address deficiencies and additional technology requirements and/or enhancements in an effort to improve overall operations. The goal of the initiative is to leverage industry best practices that will provide improved productivity, enhanced reporting capability, a more seamless service experience to ATP's customers as well as reduce ATP's total cost of services through gains in efficiency. Organizational Overview: The ATP partners with the National Cancer Institute at Frederick (NCI-F) to provide highly specialized, cutting-edge expertise and support through a tightly integrated, highly effective approach to the study of complex biological problems using a broad spectrum of advanced technologies. The ATP's wide range of cutting-edge technologies accelerates the translation of basic research discoveries into new treatments for patients with cancer and AIDS. The ATP is comprised of a total of nine laboratories - six core service laboratories and three dedicated laboratories. Historically, each of the laboratories has operated independently in terms of making process improvements, which has resulted in disparate technology implementations making ongoing support and project/financial reporting difficult and costly. Work Scope & Deliverables:  Assess existing laboratory and business work flow processes and systems for nine (9) ATP laboratories to identify deficiencies and additional requirements with a focus on the following current key work flow elements that are integral to ATP's operations: 1) customer request; 2) cost estimate and work scope; 3) multilevel project/cost approvals; 4) LIMS [project, sample, and data management]; 5) billing; 6) customer satisfaction feedback; 7) reporting capability; 8) time reporting; 9) PR generation; 10) M&S expense tracking; and 11) supplies inventory management. The six (6) core service laboratories have an estimated total of 45 work flows; and the three (3) dedicated laboratories have an estimated total of 24 work flows.  Capture the following information for the systems already in place as part of the data collection effort for documentation of an ATP systems inventory to be prepared by the ATP: 1) laboratory name; 2) system name; 3) administrative point of contact; 4) technical point of contact; 5) functional use of system; and 6) deficiencies.  Provide a final report that documents the following: a) Feedback acquired from the data collection process for each ATP laboratory. The reports are to be provided in standard use case format for use in future technical development efforts. b) A gap analysis of existing laboratory operational processes against industry best practices for each ATP laboratory as well as an overall summary of the findings. c) Several alternative solutions that will offer options based on required levels of investment for improving operational efficiencies within each laboratory or ATP-wide, as applicable, along with associated costs; benefits; risks; recommended investments in process reengineering, technology, and training; as well as a return on investment analysis for each solution. The recommended alternative should also be identified. Solution requirements: 1. The recommended LIMS solutions must be caBIG compliant. 2. Qualification of the ATP laboratories for electronic laboratory notebook (ELN) suitability should be considered. 3. SmartStream (SAIC-F's financial system) has the following requirements that need to be considered as part of the solutions:  The following fields must integrate with SmartStream: 1) center number; 2) item code; 3) CSAS field; 4) project field; 5) quantity; 6) requestor; 7) unit price; 8) PI information; and 9) AO information.  An output billing file is required for SmartStream. 4. Include recommendations regarding priorities for a staged implementation plan. This will include information about connectivity to existing legacy systems currently under reevaluation (CSAS, Yellow Task). Responder Instructions: Responder must submit a capability statement (10 page limitation, excluding resumes) describing their organization's experience and abilities to provide an assessment and recommendation as described, which includes: 1) the professional qualifications and experience of key staff who may be assigned to perform the assessment and recommendation; 2) listing of any/all current and relevant certifications from a qualified neutral third-party and contact information; 3) experience in performing laboratory process and technology assessments and strategy recommendations from both a scientific and business operations perspective; 4) experience in integrating laboratory and business systems; 5) knowledge and experience with LIMS implementations for major companies with similar data and sample processing requirements; 6) an estimated itemized cost based on defined work scope and deliverables to include the following breakdowns: d) Provide two separate estimates: 1) estimate for core service laboratories (total of 6 labs) and 2) estimate for dedicated laboratories (total of 3 labs). e) Estimated itemized pricing for the core service laboratories and dedicated laboratories as requested in #6a into estimates for performing a 1) LIMS assessment and recommendation and 2) business systems/process assessment and recommendation. The above cost estimates we understand will be best guess estimates based on the information provided herein and will be used for budgetary planning only. The initial response should include the following Business Information in addition to the capability statement: 1) RFI Number 2) DUNS number 3) Company Name 4) Company Address 5) Company Point of Contacts, Phone, FAX, and Email Address. POC's should include individual(s) who is(are) duly authorized in managing any/all technical issues and/or questions, and individual(s) who is(are) authorized in managing any/all contractual issues and/or questions. 6) Type of Company (i.e. small business, large business, educational institution, etc.) The final date to submit written questions for this RFI is December 15, 2009 by 12 Noon Eastern Standard Time. The last date to submit final responses to this RFI is December 23, 2009 by 3:00PM Eastern Standard Time. Responders may submit electronic replies to the SAIC-F Point of Contact, or submit paper replies to this RFI to the SAIC-F Point of Contact at the address listed above. Point of Contact Primary: Mr. Howard Souder, Jr., Subcontract Specialist, Phone (301) 846-5096, Fax (301) 228-4037, Email: souderhr@mail.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/S10-092/listing.html)
 
Place of Performance
Address: Will be determined should a formal Request for Proposal (RFP) be issued., United States
 
Record
SN02029559-W 20091224/091222235226-e30c590cc93f647aa3ac6a93b74e61dc (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.