SOURCES SOUGHT
•1.0 Description
•1.1 The Air Force Technical Applications Center (AFTAC), Systems Development Directorate (SD) and AMIC DET 2/OL/PKA (Patrick AFB, FL) are conducting Market Research for information and planning purposes in support of procuring and installing a Laboratory Information Management System (LIMS) at the Harkins Laboratory Complex (HLC) at Cheyenne Mountain Air Force Station, Colorado. The LIMS platform has been identified as LabVantage LIMS 8.x. This requirement will deliver a customized LIMS product tailored to HLC's needs.
•1.2 The Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government acquisition approach.
•1.3 Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the draft product specification. Firms should state if there is interest to participate as a prime contractor or sub-contractor. Sub-contracting information will assist the Government to determine sub-contracting goals.
•1.4 The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance and points of contact for each example provided (name, point of contact, mailing address, e-mail, telephone number, and the company's web page (if applicable)). Submitted information shall be UNCLASSIFIED.
•1.5 The North American Industry Classification System (NAICS) Code is 541519. The small business size standard for annual average gross revenue for the last three fiscal years is not to exceed $27.5M.
•2.0 Information
•2.1 Estimated Period of Performance (POP): 1 Jun 19 - 31 Nov 20
•2.2 Security Requirements: In order for contractors to be allowed access to this Government facility, all contractors working on this effort shall be US citizens and be free of any criminal history that would prevent access to a military installation.
The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use.
•3.0 Requested Information
•3.1 Company capability statements shall provide administrative information and shall include the following at a minimum:
•3.2 Name (point of contact), mailing address, e-mail, telephone number and company's web site (if applicable).
•3.3 The facility security clearance of the offeror or alternate arrangement that allows the offeror to conduct classified work.
•3.4 Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.5 above.
•4.0 Responses
•4.1 Please submit your capabilities packages to AFTAC/SDBC, Attn: Mr. Neil Belden, AFTAC Bldg. 10989, 1020 S. Patrick Drive, Patrick Air Force Base, FL 32925. Offerors MUST notify Mr. Neil Belden of the United States Postal Service (USPS) tracking number upon shipment of classified packages [email: [email protected] or phone: (321) 494-9370]. Any questions may be directed to the Mr. Neil Belden. Responses must be submitted no later than 1 P.M. Eastern Daylight Time (EDT) on 13 February 2019. Questions must be received no later than 1 P.M. Eastern Daylight Time (EDT) on 1 February 2019. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice.
•4.2 Responses shall be limited to ten (10) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
•4.3 It is the submitter's sole responsibility to verify the package was delivered or the e-file was received and can be viewed.
•5.0 Industry Discussions: AFTAC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. Industry discussion requests will be considered no later than 1 P.M. Eastern Daylight Time (EDT) on 1 February 2019.
•6.0 OMBUDSMAN (APR 2014)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 114 Thompson St., Building 586, Room 129, Langley AFB, VA 23665-2769, Comm: (757) 764-5372, facsimile number (757) 764-4400, E-mail: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330- 1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(INTERIM CHANGE: See Policy Memo 14-C-05).
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of Clause)
•7.0 Questions: Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting POC stated in Para 4.1 above. Questions will be answered by posting answers on the Federal Business Opportunities (FedBizOpps) website. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 1:00 P.M. Eastern Daylight Time (EDT) on 1 February 2019 will be answered.
•8.0 Summary: THIS IS A SOURCES SOUGHT to identify potential prime or sub-contractors that can provide the Specific Tasks below. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
PRODUCT SPECIFICATION DATE: 7 DECEMBER 2018
HARKINS LABORATORY COMPLEX INFORMATION MANAGEMENT SYSTEM (HLCLIMS)
•2.0 Specific Tasks:
•2.1 Acquire, install, and configure LabVantage LIMS 8.x for operation in one or more VMWare-compatible virtualized systems. LabVantage LIMS shall be the latest stable version in the 8.x series available at start of PoP.
•2.2 All proposed code enhancements which will result in a custom LIMS uniquely suited for HLC's mission and data.
•2.3 The data from the LIMS must be exportable to excel format.
•2.4 Ability to incorporate all HLC's current and historical data, excel and .csv at the time of contract award.
•2.5 The contractor shall test, debug, and validate all software prior to delivery to assure data accuracy and integrity, as well as assure the LIMS will function correctly.
•2.6 The LIMS shall have the following specifications:
•2.6.1 Audit trails:
•· Bar coding of samples, supplies, and equipment for positive tracking of over 1000 items per year.
•· Establishing sample custody chain within the laboratory from receipt through analysis at partner labs.
•· Document control on issuance and validity.
•· Inventory of stocks such as laboratory supplies, chemicals, radioactive sources, reference materials and radiation survey instruments. Warning messages can be generated when stocks begin to fall below a set value, instruments require recalibration, and technicians need to be recertified.
•- Calibration and maintenance tracking of instruments with provision for warning messages when calibration or maintenance becomes due.
•- Workload management of laboratory personnel.
•- Quality control to display warnings if non - validated methods are adopted.
•2.6.2 The LIMS shall provide system efficiencies to include:
•- Enter analytical results into the LIMS screens or using Excel spreadsheets for import into the LIMS, including legacy data. In either case, the data is only entered once and is near-instantly available for queries, reports, and data exports.
•- Retrieve very specific information from vast amounts of data swiftly and simply, using standard queries available.
•- Minimize paper records and eliminate the occurrence of lost or misfiled data, worksheets, and files. Save time previously spent searching for data or retrieving lost information.
•- Rapidly generate routine reports with a click or two of the mouse. Easily produce non-routine reports by specifying data and report features.
•- Prepare both standard and customizable trend studies, reports, and historical analysis using easily accessed archived data. Access archived data using the full complement of screens, queries and reports available with the production database.
•- Easily add new sample types, units of measure, customers, sampling locations, etc.
•2.6.3 The LIMS shall provide system productivities to include:
•- Generate productivity reports which allow lab managers to track processing times, number of samples or analyses completed per unit of time, expired reagents or supplies, and non-standard mission tasks; sortable by equipment, technician, lab, etc.
•- Increase efficiency by using LIMS scheduling features to control routine samples, analysis, instrument calibration and maintenance tasks.
•- Eliminate tedious paper-handling tasks, such as placing SOPs in the LIMS, so technicians may spend more productive time in the laboratory.
•- Establish read-only access for personnel outside the lab. This feature allows authorized personnel such as higher level management to directly pursue their own questions dynamically, effectively eliminating nonproductive data search, retrieval, and copying time by technicians.
•2.6.4 The LIMS shall provide system accuracy to include:
•- Significantly reduce data entry and transcription error by pulling data from processing and measurement equipment. Virtually all data entry is done using selections from predefined pull-down lists and menus whenever possible.
•- Validation protocols on many fields, allowing technicians to catch data input errors before they are entered.
•- Document data accuracy and precision referencing the QC program. Lab managers shall be able to set QC limits for both individual analytical methods and instrument calibration. Associated control charts can be maintained and updated as necessary.
•- Use the automated scheduling prompts to notify personnel in advance of facility & laboratory events, sample deadlines, quality program separations/loads/measurements and other upcoming tasks as needed.
•- Screen data thoroughly through validation protocols to eliminate illogical data conditions prior to generating reports.
•2.6.5 The LIMS shall adhere to AFTAC / AF security policies by establishing individual accounts with tiered access privileges, controlled by the LIMS administrator. The most up-to-date requirements can be found on the unclassified network at iase.disa.mil. The contractor shall ensure that the Security Technical Implementation Guide (STIG) version is appropriate for the environment and that the current version is being utilized at all times.
•2.6.6 Constraints:
•- Virtualization: VMware 6.5 or newer compatible .ova or .ovf format for import
•- Operating System: Windows Server 2012 R2 or newer
•- Database: Oracle 12c or newer running on Windows 2012 R2 or newer
•- Application Server: JBoss (newest version compatible with LabVantage LIMS)
•- Oracle Java: JDK (newest version compatible with LabVantage LIMS)
•- Bartender Server: (newest version compatible with LabVantage LIMS)
•2.6.7 Integration Points:
•- User Authentication: Active Directory
•- Email: Microsoft Exchange
•- Client Systems:
•- Microsoft Windows 7 or newer with Google Chrome
•- RedHat Linux 5.5 or newer with Google Chrome
•- Google Chrome version shall be the latest stable version available at the start of PoP
•- Virtualization Platform: VMware 6.5
•2.7.1 Contractor shall provide a System Development Plan which the contractor will follow to meet laboratory objectives using LIMS software by LabVantage. This will involve a site visit to AFTAC/HLC's work area at Cheyenne Mountain Air Force Station, Colorado, interviewing HLC employees, and watching the work being performed. The contractor shall provide a LIMS Design Report to detail the proposed plan for the HLC LIMS.
•2.7.2 The Contractor shall provide Monthly Status Reports with list open issues being worked with description and options for resolution. The contractor shall provide a Systems Administration Guide, System Installation Guide, and Architecture Source Code with the system delivery, within thirty (30) days prior to end of PoP.
•2.7.3 These deliverables shall include:
- Virtual machine image(s)
- Installation media
- Software component license files
- Provisioning, installation, and configuration instructions for each virtual machine image
- Build environment, instructions, and source code for installer and/or installation scripts (if used)
•2.8.1.1 Fourteen (14) concurrent full user licenses and two (2) named full user licenses of the LabVantage software thirty (30) days prior to end of PoP.
•2.8.1.2 Two (2) label printers. The printer should be equivalent to Zebra GX-430t or GX-420t (if no Ethernet is required) with the following characteristics:
•- Must print labels in the size range: 1" X 2" to 4" X 6"
•- Must print using Thermal Transfer method for label longevity/permanence
•- Hardware must be suitable for laboratory setting, i.e. not generate lots of particles, easily cleaned, etc.
•- Labels and printer supplies must be easily obtained through regular commercial supply sources
•- Must be compatible with Windows-7 or higher, Red Hat 5.5 operating systems and LabVantage software
•- Must have USB/Ethernet* connectivity
•- Must print 200 dpi resolution or better
•- Printing is not expected to exceed 30 labels per week.
•- The printer shall have no wireless functions.
•2.8.1.3 The contractor shall provide twenty (20) label scanners with the following characteristics:
•- Must be hand-held with ability to be self-supported or stand-mounted for hands free use
•- Must be capable of scanning barcodes up to 14 inches from the face of the scanner
•- Must be capable of scanning 1D & 2D (QR) barcodes
•- Must be compatible with Windows-7 or higher, Red Hat 5.5 operating systems and LabVantage software.
•- Must be capable of reading labels printed by the printer selected in Section 2.1.10
•- The scanner shall have no wireless functions.