Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

70 -- Automated Evidence Tracking System

Notice Date
3/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK CONTRACTING OFFICE PHILADELPHIA, N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N6328509RCOPN
 
Response Due
2/23/2009
 
Archive Date
3/10/2009
 
Point of Contact
Ena Morimoto, Contract Specialist 215 697-5149 Brian Excell, Contracting Office215-697-9610<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is posted to modify the Synopsis posted on 23 December 2008 and modified on 30 December 2008, for the same requirement. The Solicitation Number to be referenced in all communications and under which the solicitation has been issued for this Synopsis is N0018909QZ035. Synopsis now reads as follows: This Notice is posted to modify the Synopsis posted on 23 December 2008 for the same requirement. Synopsis now reads as follows: The Fleet Industrial Supply Center Norfolk, Contracting Department, Philadelphia Office, intends to solicit for the procurement of a Laboratory Information Management System for Naval Criminal Investigative Service (NCIS). The period of period is as follows. There will be a trial pilot program period of approximately one-hundred-twenty (120) days and four option period of one year each.During the trail period the solution will be set up, configured and conducted at both the Norfolk Field Office - Norfolk, VA and NCIS Headquarters, Washington Navy Yard, DC. The objective is for an automated solution that is web based and can be used to exchange evidence information with other field offices, NCIS Headquarters and other systems within NCIS. The automated solution will support NCIS at the crime scene through to the end of a case at the destruction of the evidence. The capability needs to include the agent's needs for facilitating identification and labeling and the evidence custodian's needs for inventory, storage and tracking. Provide an Automated Evidence Tracking Solution with the following, but not limited to, features:- Entering in label information to be used on evidence (bags) at the scene or in an office, print it and associates it with a description and the case information.- All information collected on the current ECD and need information from the long Term Storage form are able to be utilized in the software. The barcode ink resiliency will be maintained for @ least 50 years.- Utilization of barcode technology with wireless handheld devices with compliance to Portable Data File (PDF) 417 symbology (2D barcode) at minimum. - If available, discussion of the utilization and description of the application using RFID technology toward the NCIS requirements working with barcode solution or separately.- Current capability of tracking evidence with e-signature on check in/out.- Current capability of storing scanned documents into the application associated with the case.- Current capability to conduct an inventory of all evidence with wireless barcode scanning and sync up with desktop after inventory is completed.- Provide reconciliation reports of discrepancies during inventory or audit checks - Ability to conduct statistical reporting on all data NCIS-wide (all field sites to HQ). - Ability to use Common Access Cards with the application.- Ability to use electronic signature pad with the application. The Navy intends to solicit for a Firm Fixed Priced contract. This procurement is a 100% small business set aside. Technical and past performance will be considered more important than price. The applicable NAICS code for this requirement is 541512 which have an associated small business size standard of $25M. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value after evaluation in accordance with factors and sub-factors in the solicitation. The offeror's proposal shall be in the form prescribed by, and shall contain a response to each of the areas identified in the Section L solicitation provision entitled "Submission of Proposals." The evaluation of proposals will consider the offeror's technical proposal and past performance more important than the offeror's cost/price proposals. NUMBERED NOTE 1. The proposed contract is 100% set aside for small business concerns.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c5d919bc18cb7e090b73cc25b73c86e0&tab=core&_cview=1)
 
Record
SN01761931-W 20090306/090304220805-c5d919bc18cb7e090b73cc25b73c86e0 (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.