Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
DOCUMENT

D -- Barcode Scanner System, Training, and Integration - Additional Documentation

Notice Date
8/18/2008
 
Notice Type
Additional Documentation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-08-00820
 
Archive Date
9/30/2008
 
Point of Contact
Vivian E Lucas,, Phone: (301) 827-7117, Lisa O'Neill,, Phone: 301-827-7184
 
E-Mail Address
vivian.lucas@fda.hhs.gov, Lisa.Oneill@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, Acquisition of Commercial Items, Subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote, solicitation number FDA-SOL-08-00820 for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. This intent of this synopsis/solicitation is for the acquisition of a barcode scanner system, training, maintenance and system integration. The Contractor shall develop a barcode scanner system to streamline and automate the Office of Criminal Investigations’ seized assets/evidence and property tracking system, to improve the overall handling, security, and management of law enforcement sensitive property. The Office of Criminal Investigations (OCI), FDA, Rockville MD, has a requirement for 35 Portable Handheld Barcode Scanners, 12 Cabled Handheld Barcode Scanners, 35 Barcode Printers, Training, Integration of System and Maintenance. Objectives The basic objective is to acquire a barcode scanner system to streamline and improve an outdated seized asset/evidence and property tracking system, utilizing a barcode technology to facilitate the collection, management, transfer/movement, storage, and disposition of property. The specific objectives of the project are to: • Identify a barcode system that will provide a means to electronically track seized assets to replace the OCI3400, Certified Inventory of Evidence (CIE) and to replace form HHS-22 for tracking property • Integrate the barcode technology into the OCI Automated Investigative Management System (AIMS) Oracle 10g database system. (I.e. currently, all evidence related data is manually entered into our AIMS system. OCI needs to be able to import data (including images) into our AIMS system from the barcoding system. Therefore, the barcoding system must be able to export data into CSV (comma separated values) format so that an AIMS import process (to be developed by OCI personnel) can import data periodically. Exact specifications of the exported CSV data will be defined by OCI and vendor. • Design a system that will be utilized nationwide in remote locations on search warrant sites to log seized assets/evidence, barcode, and generate forms/reports remotely. • Customize a solution allowing OCI the capabilities to enhance or expand the barcoding software. OCI administrator should be able to add custom fields (textboxes, list boxes, and checkboxes) and hide un-used fields without any additional development / programming costs. The software should be flexible enough to allow user-defined fields in addition to the out-of-the-box fields. Technical Requirements 1. The technical requirements for the barcode system are: • Electronically collect data and images in remote locations • Generate a Certified Inventory of Evidence (CIE) form with a unique numbering system – printable using standard letter size paper and signature blocks • Electronically transmit documents using internet/intranet communications including but not limited to VPN technology • Create barcode labels to affix to assets/property • Document chain of custody using a tamper-proof time/date stamp technology - track unlimited moves of sensitive law enforcement assets/property • Digitized/electronic signature technology with password protection for access control • Ability to produce ad-hoc and standard reports – printable using standard letter or legal paper • Integrate into the OCI Oracle 10g AIMS system • Develop an automated procedure for asset/evidence and property inventory purposes • Data entry will be handled utilizing laptop computers for remote locations and desktop computers for office use. (Windows XP Professional is the operating system used by OCI) Seized assets/evidence - the system will generate a list of seized property and create barcode labels reflecting the designated seizure/unique CIE number for the property seized. These labels will be affixed to the property at the seizing site or when property received. The system will generate detailed forms and reports for tracking evidence, provide printable detailed reports and chain of custody form on site when evidence is seized and/or property is received. The system scanner will read labels for inventory purposes and generate reports based on various requirements (date range, case numbers, etc.) Data captured in the barcode system will be exported in to the FDA/OCI Oracle 10g database known as AIMS. The contractor will work with OCI to provide a solution to export data from one system to another. 2. The barcode system must have the ability to capture information contained in OCI’s Certified Inventory of Evidence Form. The following information is required but not limited to these fields: a) Unique number for each document produced by cases(s). Unique CIE number may be generated based on current timestamp. b) Date of inventory c) OCI Case number field d) Title of Case e) Joint Agency related case number field (Agency code table) f) OCI Field office handling property (office code table) g) Where property was obtained from h) Who inventoried property i) Where property is stored j) Signature(s) k) Item number l) Date Received m) Quantity n) Description of Evidence (built in pull down tables and open text fields) o) Estimated Value p) Chain of Custody (Movement of inventory) 1. Item number 2. Date (time/date stamp) 3. Action 4. Registry number 5. Disposition 6. Signature (must sign for receipt of property/electronically.) 3. The barcode system must have the ability to document the “Chain of Custody”. Listed below are possible scenarios for movement of property, ‘From’ – ‘To’ – ‘Return’ a) Property moved from seizing site to a storage location (office evidence room or off-site storage location) b) Property moved from seizing site to storage contractor site (custody transfer to storage contractor) c) Property moved from storage location to lab d) Property moved from seizing site to lab e) Property transferred to another field office f) Property moved from storage location to destruction site g) Property moved in/out of storage location for court h) Property returned to storage location from court, lab, or other field office i) Transfer of property between cases/OCI offices 4. The barcode system must have the ability to track accountable property (office equipment and investigative tools). The following information is required but not limited to: a) Date b) Initiating Organization: (where the property is being transferred from), Street address, City, State, zip, Contact name, phone, -Custodial code, Admin code, CAN No. c) Check off transfer d) Receiving Organization: (where the property is going to), Street address, city, state, zip. -Custodial code, CAN No. e) Unique barcode number, either FDA or OCI. f) Unique serial number g) Description h) Quantity i) Signature of losing party 1. Property Code - Mail Code -Building -Room # j) Signature of gaining party -Property Code -Mail Code -Building -Room # k) Signature of Initiating PCO, date l) Signature of Receiving Official, date m) Signature of Property Accountable Officer, date Equipment Needs and Software Licensing Approximately 35 portable handheld barcode scanners will be needed. Preferably Windows CE based handheld with integrated scanner and color camera. Vendor will provide software licensing as follows: 1) One site license and approximately 25 concurrent user site licenses for evidence property tracking (seized evidence) 2) One site license and approximately 14 concurrent user site licenses and printable scanner site license for property tracking system (administrative). Approximately 12 cabled handheld barcode scanners. Approximately 35 compact barcode/report printers to utilize on search warrant sites. Printers must be able to print 8 ½ x 11” printed reports/forms on site in remote locations. Barcode labels must securely and permanently adhere to boxes, metal/plastic cases or shelving, plastic bags and other various forms of containers that stores evidence or property. Barcode System Capabilities 1. Export Data Data captured in the barcode system will be exported in to the FDA/OCI Oracle 10g database known as AIMS. The contractor will work with OCI to provide a solution to export data from one system to the other. The data should also be available for export in other formats as necessary (Excel, CSV). Barcode system must be able to export data into CSV in order for OCI to be able develop an import process in AIMS to load data periodically. Barcode system must be able to sync data from each handheld into a centralized database. For example, we may have 10 different agents working on a search warrant across the country. Once handhelds are docked, they must connect to a centralized server to upload data. 2. Import Data from AIMS/Oracle database will be imported into the new barcode system with case information for purposes of issuing a barcode label on existing seized asset/evidence and property already in storage. 3. System Update System maintenance and updates will be updated at OCI Headquarters by a designated OCI administrator. The system must have the capacity to automatically update the user system in the field (OCI wide) when the devices are synced with the computers in the office. Software updates will be included in contract price for software updates in the first year. Security 1. Administrator/User Level Permissions The system will have administrator permission level and user level. The administrator will have all rights to add, delete, create, modify, create users, and other rights necessary to manage the system. The user will have rights to add and modify records indexed under their cases and rights related to basic functions of the system. The electronic identification system will have security features that will identify the user by a given number and also be password protected. The system will provide a history log of all records created, modified, or deleted. 2. Passwords The system will require password entry and associated validations. Testing The contractor is responsible for testing fully developed bar coding system and is also responsible for testing all the incremental software and hardware releases. OCI and vendor will provide feedback to each other during testing phases on problems or issues. Training The contractor will provide training for designated OCI personnel in the Washington DC area. The contractor will be on-site for 2 days of training. The contractor is responsible for setting up training environment and providing training documentation and manuals for use of equipment. User Acceptance OCI is responsible for conducting user acceptance testing and will be responsible for approving the application after the final application delivery Maintenance and Warranty The contractor will provide one year hardware/software maintenance and support with full covered warranty on products purchased beginning on the date the system is installed and implemented. The contractor will be responsible for resolving any software problems/glitches/bugs for a period of one year on the system after it is implemented for OCI. Vendors will be evaluated based on responses to the attached evaluation criteria and requirements of the statement of work. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-26, 52.222-50, 52.232-29, and 52.232-33,. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made according to the attached delivery schedule. 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. Responses must be submitted via email to vivian.lucas@fda.hhs.gov or by postal mail to the following address: Attention: Vivian Lucas Food and Drug Administration OAGS/DAP/SCC/ Room 2116 5630 Fishers Lane, HFA-500 ROCKVILLE MD 20857 Contact Vivian Lucas if you have any questions at (301) 827-7117 or via email at vivian.lucas@fda.hhs.gov. All quotations must be received by 4:00pm Eastern Standard Time on Tuesday, August 26, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c5fb70efa5a1b48a6d690fac042a45c&tab=core&_cview=1)
 
Document(s)
Additional Documentation
 
File Name: Statement of Work (FedBizOpps SOW.doc)
Link: https://www.fbo.gov//utils/view?id=b61ae993de61f4b019176cfcc52a25a3
Bytes: 61.00 Kb
 
File Name: Deliverables (Deliverables.doc)
Link: https://www.fbo.gov//utils/view?id=91f2d2f9a105ce3a3a1c7781628cf629
Bytes: 33.50 Kb
 
File Name: Evaluation Factors (Evaluation_Factors_For_Award.doc)
Link: https://www.fbo.gov//utils/view?id=b8ca28fe3bfd96024edce7f5fdd9fe6f
Bytes: 57.00 Kb
 
File Name: Standard Form 1449 (Standard_Form_1449.pdf)
Link: https://www.fbo.gov//utils/view?id=11efafb88e362a9c88e337e17342e674
Bytes: 148.77 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01642982-W 20080820/080818215942-0c5fb70efa5a1b48a6d690fac042a45c (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.