Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

74 -- electronic file management system

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320 3900 NCTR Road, Jefferson, AR, 72079-9502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FDA-SOL-07-1034686
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Description
Contracting Office Address Department of Health and Human Services, Food and Drug Administration, Office of Field Finance and Acquisition Services, 4040 North Central Expressway, STE 300, Dallas, Texas 75204 Description The Food and Drug Administration intends to award a Purchase Order for a file management system using the specifications set forth below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-07-1034686. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18, July 5, 2007. (iv) This is a firm fixed price requirement. All responsible sources may submit a quote which shall be considered. The associated North American Industry Classification System (NAICS) Code is 334122. (v) The Food and Drug Administration is soliciting for the following: 1. Be able to print bar codes on self-provided (6 labels per 8.5x11 sheet, 7 3/4" x 1 3/4") blank labels using ink-jet printers 2. Label requirements * Must be able to print on 8.5 x11" (6 labels per sheet 7 3/4" x 1 3/4") self provided labels. * Must be able to print, using an ink-jet printer (not provided by the vendor), color coded labels based on firm establishment indicator (FEI) number, either 10 or 7 digits to match existing format (nnn mm abcde , where nnn is the 1st three digits of the FEI number, for 7 digit FEI numbers this area will be blank, mm is the next two digits of the FEI number, each additional digit (a through e in the example) is printed vertically on the label with a different color code. * Additionally, the software shall be able to print a color coded set of letters are the bottom of the label to indicate the category of the file (EIR, EXH, COM, COR). * Each label will contain firm?s name, address, and human readable numbers for the bar code, a bar code, FEI number (7 or 10 digits). 3. The software/hardware system shall be able to assign radio frequency identification (RFID) tags to each file for ease of tracking. The system shall be capable of optional hardware updates, e.g., hand held devices such as RFID readers, or bar code readers to track and inventory files, self-check-out/in station set-up using RFID tag readers, and RFID tracking system to allow for tracking of the files when they are moved through the office area. 4. The software shall be a web based database (Access, MySQL, SQL, or Oracle 9i or 10g based) to keep track of files which are available on-hand, and be able to track checked-out files using Laser bar code readers as well as RFID tracking system. 5. The RFID tracking system shall be Gen 2 RFID technology with ~10 feet of range with a cost per tag not to exceed 45 cents per tag. 6. The software shall be web based for multiple user access. The expected user load is up to 50 transactions per hour per location, with about 3 simultaneous users at any time. 7. The software shall be capable of search for any keyword, or criteria set by the user. 8. The software shall have security features such as local access levels and permissions, and audit trail/history. Different user levels shall be able to be created. Users shall be given passwords with different levels of access set by the Administrator. 9. The database shall be capable of handling hundreds of thousands of records with minimal loss of speed. 10. The system should allow for self-serve set-up to allow users to check out files without the need of an attendant. 11. Users shall be able to log in by their name, ID Bar codes, or RFID tags. 12. The vendor must provide technical support for the 1st year as part of the initial purchase price, and provide training during start-up. 13. The software shall allow for adding locations, archiving of files, additional label designs, and link to existing electronic files. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. FOB Point Destination, with services on-site. Contract type: Commercial Item-Firm Fixed Price. Simplified procurement procedures will be utilized. (vi) The period of performance is ninety days after receipt of the order for delivery of the system and associated training and one year after receipt of order (ARO) technical support. FOB Point of Delivery for Services and Supplies provided will be the Food and Drug Administration, 4040 North Central Expressway, STE 300, Dallas, Texas 75204 (vii) The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (viii) 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. Award will be made for the lowest priced technically acceptable proposal. The government reserves the right to make an award without discussions. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. (ix) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement-Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. (xii) A standard commercial warranty on parts and workmanship is required. (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xiv) Applicable Numbered Note(s) 1. (xv) Offers are due in person, by mail or fax on or before September 13, 2007 by 3 p.m. local prevailing time, Dallas, Texas at the Food and Drug Administration OC/OSS/OFFAS, Attn: Gary Woods, 4040 NCX, STE 300, Dallas, Texas 75204. (xvi) For information regarding this solicitation, please contact Gary Woods @ (214) 253-5279, FAX (214) 253-5315, email gary.woods@fda.hhs.gov. The contracting officer is Priscella T. Sullivan @ 214-253-5274. Place of Performance: Delivery Requirements are to the FDA locations set forth below: New Jersey District Office 10 Waterview Blvd 3rd Floor Parsippany, NJ 07054 New England District Office One Montvale Avenue Stoneham, MA 02180 Philadelphia District Office Room 900 U. S. Custom House Second and Chestnut Street Philadelphia. PA 19106 New York District Office 300 Pearl Street STE 100 Buffalo, NY 14202 Atlanta District Office 60 Eighth Street NE Atlanta, GA 30309 San Juan District Office #466 Fernandez Juncos Avenue San Juan, PR 00901-3223 Florida District Office 55Winderley Place STE 200 Maitland, FL 32751 Dallas District Office 404 North Central Expressway STE 300 Dallas, TX 75204 Los Angeles District Office 19701 Fairchild Irvine, CA 92612 Denver District Office 6th & Kipling Street DFC Bldg 20 Entrance W10 Denver, CS 80225 Seattle District Office 22201 23rd Drive, SE Bothell, WA 98021 Southwest Import District 4040 North Central Expressway STE 300 Dallas, TX 75204 New Orleans District Office 404 BNA Drive BLDG 200; STE 500 Nashville, TN 37217 Kansas City District Office 11630 West 80th Street Lenexa, KS 66214
 
Place of Performance
Address: 4040 North Central Expressway, Dallas, Texas
Zip Code: 75204
Country: UNITED STATES
 
Record
SN01400648-W 20070912/070910220307 (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.