Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOURCES SOUGHT

99 -- identify LIMS software to support various laboratory functions to include logistics (supports consumable tracking and purchase), electronic notebook functions, data management, and reporting

Notice Date
11/20/2020 6:59:06 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
 
ZIP Code
21010-5424
 
Solicitation Number
334516
 
Response Due
1/13/2021 2:00:00 PM
 
Archive Date
01/28/2021
 
Point of Contact
Kevin Kearns
 
E-Mail Address
kevin.t.kearns.civ@mail.mil
(kevin.t.kearns.civ@mail.mil)
 
Description
TITLE: Request for Information (RFI) Relating to Laboratory Information Management Systems (LIMS) � This is a Request for Information (RFI) ONLY. � This is a Sources Sought Notice, and is for informational/market research purposes only. Please note: This is not a request for proposals, quotations or bids. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. No solicitation is currently available. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The applicable NAICS codes for this RFI are 334516, 541714, 325414, 541715, 541511 and 541512. The Joint Product Manager, Chemical, Biological, Radiological, Nuclear and Explosive Analytics and Response Systems (JPdM CBRNE A&RS), Aberdeen Proving Ground, MD is conducting a market research to identify LIMS[HLLC1]� software to support various laboratory functions to include logistics (supports consumable tracking and purchase), electronic notebook functions, data management, and reporting. The product must have the following capabilities: Be compliant with ISO[HLLC2]� 17025, GLP and other regulatory requirements as well as support audits and inspections of procedures, personnel, equipment, consumables, and data Should provide ability to electronically scan sample bar codes and transfer this unique number for traceability (chain of custody) throughout the entire analytical process Product should have the capability to track and manage inventories[HLLC3]� Provide an e-notebook capability that provides paperless documentation of laboratory procedures and allows documentation of laboratory deviations Provides the ability to store, track, and search all laboratory documentation, to include SOPs, [HLLC4]�inbound and exported data, and laboratory reports.� The preferred capability would be to provide traceability to the page, section and line used within the documents.� Provides a workflow of all procedures required for specific laboratory functions/tasks and identifies associated completed and incomplete tasks Provides the ability to track maintenance, repairs and upkeep of all laboratory instrumentation, to include that ability for data mining of performance data, alerting staff when equipment is either offline or requires maintenance/calibration[HLLC5]� Responses to this RFI should address the following: Describe the product's technical capability. What are the range of or types of data manipulation the software package is capable of (such as visualization, quantification, data extraction, qualitative analysis/identification, statistical analysis/reporting, modeling, etc.)? How is the product supported and maintained? � Describe the company's capabilities and identify the technology/system�s technology readiness level (TRL) and manufacturing readiness level (MRL).� How is the company structured to support the product if integrated into a program in the near and long term? � What is the maturity of the instrument being recommended?� Is it early development, late development?� Is it in production?� Has it been fielded to any of the other Government agencies (please identify them)?� Is the instrument or system in use within the private sector? � What is the lead time for the product?� What is the company�s production capabilities/limitations? � What computer system features, hardware, RAM, and data storage are required to support the software package?� � How long will the product be available for purchase? � How long will this product be supported[HLLC6]�? � Describe the Operator interface (i.e., ease of use, data capture, interpretation, and export). � Describe the instrument and computer interfaces (i.e., instrument software and hardware, and computer operating software. � Is the software open source? � Can the software interface with various analytical instruments and if so, what are the requirements for interfacing with other databases and analytical instruments? All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. All sources that are able to provide technologies meeting criteria in this announcement should submit their interest to Joint Product Manager CBRNE Analytics and Response Systems. Submissions are due no later than 5:00pm, 31 January 2021, Eastern Standard Time. The RFI response shall be submitted to: ATTN: Kevin Kearns: kevin.t.kearns.civ@mail.mil Alternate submission method: To Kevin Kearns, via mail at: Joint Product Manager CBRNE A&RS 8228 Scully Road POC: JPdM CBRNE A&RS, ATTN: Kevin Kearns Aberdeen Proving Ground, MD 21010-5424 All information received in response to this notice that is marked proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the government's view of the information received. Responses to this notice will not be returned. The response to the RFI shall be limited to fifteen (15) pages (8.5"" x 11"") of English text, excluding test results and reports. It shall be single-spaced, 12 pitch with 1 inch left, right, top and bottom margins.� �[HLLC1]Spell out �LIMS� �[HLLC2]What is ISO? �[HLLC3]What type of inventories? �[HLLC4]Spell out �SOP�s� �[HLLC5]Is there a specific data storage required or are we open to this to ensure it can provide the services needed.������������ �[HLLC6]Is there a minimum or maximum time required? Ex. At least 5 years.������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2efacbd4655148598ab7746099745055/view)
 
Place of Performance
Address: Gunpowder, MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN05858420-F 20201122/201120230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.