Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

70 -- U.S. EPA Region 5 Chicago Regional Laboratory Quality Management Software

Notice Date
9/12/2013
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Region 5US Environmental Protection Agency77 West Jackson BoulevardChicagoIL60604-3507USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-IL-13-00028
 
Response Due
9/20/2013
 
Archive Date
10/20/2013
 
Point of Contact
Michael Dunneback
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is RFQ-IL-13-00028 and is issued as request for proposals (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $35,500,000. This requirement is a Small Business set-aside and only qualified offerors may submit bids. This combined synopsis/solicitation is for the purchase of quality management system software for the US EPA Region 5 Chicago Regional Laboratory (CRL). The system will support the CRL?s ISO/IEC 17025:2005 accreditation including meeting requirements of the Laboratory Accreditation Bureau (L-A-B) Forensic Science Accreditation Program (FSAP) base on ILAC G19:2002 by managing quality through document control and workflows. All CRL staff will be trained in the use of this software, but the primary users will be CRL management. Salient Characteristics: a.Document control/management i.Software organizes and maintains an up-to-date master list of current and archived documents relevant to CRL?s quality system ii.Software provides for customizable electronic routing and approval of controlled documents, including audit trail functions iii.Customizable access by user type, address users by job position and/or grouping and/or by name, allowing designated personnel to define database permissions, configure database for other users (such as email notifications, routing tasks, etc.), and set views of forms iv.Software documents audit trails for all workflow entries v.Software has capability to escalate issues to next level of management b.Customizable templates for workflows and reports i.Examples of workflows: Corrective Action Reports, Customer Contacts, Internal Audits, Non-Compliances/Non-Conformances, Corrective/Preventive action, Unintentional SOP Deviations/Purchase Requests, etc. ii.Software assigns each new entry a unique identifier for tracking purposes iii.Software enables workflows to easily be linked to one another and tracked together iv.Ability to create escalation of workflow following predefined criteria v.Software generates reports that summarize all actions relevant to a given workflow (and to linked workflows, as applicable) vi.Software provides for customizable electronic notification of affected staff regarding procedural workflows (task assignment, pending actions, overdue actions, reminders, etc.) vii.Software provides reporting capabilities with ability to filter results and customize reports (e.i. summary report of all actions) c.Finds entries matching user-defined criteria with filters and quick-search functionality of database i.Examples: document name or tag, due-status, client, workgroup, author, corrective action title, etc. d.Each user has a home screen customizable to display high-level content and action items i.Supports drill-down of dashboard items ii.Flexible color-coding of action items, such as green: current, yellow: expiring soon, red: expired. e.Provide electronic action item approval routing, status tracking, and notification of pending approvals f.Software characteristics i.Software must provide electronic action item approval routing, status tracking, and notification of pending approvals ii.Software shall have the ability to integrate with Promium?s Element LIMS (Oracle database), specifically, the ability to pull information from the Promium?s Element LIMS to the software iii.Software database must be able to be stored and maintained on EPA ? CRL local server iv.Software licenses shall allow multiple concurrent users. CRL currently needs 5 concurrent users. v.Software should support assignment of relevant ISO 17025 sections to database entries g.Vendor characteristics i.Vendor must be ISO 9001 certified ii.Vendor must be familiar with ISO 17025 documentation requirements (must have clients who are ISO 17025 laboratories) iii.Provide a start up period included with purchase which includes technical support, training, development of workflows and reports. Must provide on-site training and support iv.Technical support throughout the life of the license(s) by communicating over the telephone and internet The anticipated period of performance for this award is 1 base year period and four (4) one-year option periods. Award will be made on a best value with trade-off determination. The three main evaluation criteria are Technical Approach, Past Performance, and Price. The order of importance of the evaluation criteria is Technical, Past Performance, and then Price. Elements of each main criterion include: 1.Technical ? a.The Government will evaluate each proposal based on its ability to fulfill the salient characteristics stated above. 2.Past Performance - aspects the will be considered during evaluation include: a.Experience i.Experience w/environmental labs ii.Experience w/federal labs b.References i.Feedback from current clients ii.Feedback from former clients 3.Price Pricing for this procurement must include training, implementation, and travel costs. All costs must be clearly identified and as specific as possible. Proposals must include all pertinent information respectful to the evaluation criteria which illustrates the offerors ability to satisfy the requirement. Offerors are requested to include their DUNS number with their proposal. Proposals are limited to 15 pages, double-sided. Vendors are requested to provide detailed information, including experience and references, for evaluation of past performance. Questions can be submitted to Mike Dunneback, contract specialist, at dunneback.michael@epa.gov. All questions MUST be submitted in writing to allow for appropriate updating of synopsis/solicitation, if necessary. Additionally, questions must be submitted in a manner which will allow for a timely response relative to the closing of the solicitation. Proposals should be submitted to Mike Dunneback via e-mail at dunneback.michael@epa.gov by September 20, 2013 at 3:00 p.m., Central. Quotes received after this time will not be considered. Please see full solicitation package on FedConnect for all applicable clauses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/RFQ-IL-13-00028/listing.html)
 
Place of Performance
Address: U.S. EPA Region 5Chicago Regional Laboratory536 S. Clark St.10th FloorChicagoIL60605USA
Zip Code: 60605
 
Record
SN03186059-W 20130914/130912235941-4b9f6475bc9a54882189ef06e890dc5b (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.