SOLICITATION NOTICE
D -- LABORATORY MANAGEMENT SYSTEM
- Notice Date
- 6/23/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC133C-05-RP-1151
- Response Due
- 7/19/2005
- Archive Date
- 8/3/2005
- Small Business Set-Aside
- Total Small Business
- Description
- The U. S. Department of Commerce, National Oceanic and Atmospheric Administration, Hollings Marine Laboratory, at Charleston, South Carolina, intends to procure services for the installation of a full-featured Laboratory Management System (LIMS) for the Marine Genomics (MG) core for the Oceans and Human Health Initiative (OHHI). The function of the Marine Genomic (MG) core is to develop and utilize functional genomics tools for the accurate, quantitative, simultaneous measurement of the expression (transcription) of thousands of genes in a marine organism. These tools will be used to characterize the overall health of the organism and to assess the status of specific genetic pathways diagnostic of exposure to particular stressors. The workflow of the MG is a series of steps or a pipeline that in essence is a laboratory workflow of dependent activities that need to be well-documented and managed from beginning to end. In addition, this is a high-throughput, production-oriented facility and the LIMS cannot be a passive system but needs to take an active role, directing samples from one activity to another in order to meet the lab?s objectives. The objectives of the Laboratory Information Management System (LIMS) are sample tracking initiated at the onset of the experimental workflow with the intent of following the extraction of Expressed Sequence Tags (ESTs) and creation of cDNA through library construction, storage and experimental analysis. Specific activities are: (1) Development of an inventory control system (using barcodes). (2) The physical selection, archival, and usage of ESTs/cDNA Libraries will be handled by a Genetix QBot. (3) Support a catalog of Expressed Sequence Tags (ESTs) and Complimentary DNA (cDNA) attribute information in a database management system. (4) Development of a management system for the purpose of documenting and archiving the experimental process, essentially an electronic ?laboratory notebook?. (5) The ability to generate specific reports on all of these activities and final hybridization experimental results. (6) The LIMS must support the development of Web-based application for various activities associated with laboratory management and experiment management activities in addition to reporting tools. (7) The LIMS needs to be customizable to meet the specific current and future needs of the MG with minimal programming effort and does not require added fees for in-house development/programming of added tools and functionality. System Specifications for Capabilities include: (1) Experiment and Laboratory Management. (2) Inventory Control (3) Robot/Instrument Integration (4) Data Import and Export. (5) Reporting, and (6) Security. System Specifications for Architecture include: Highly available, Secure, and Reliable/Scalable. System Specifications for Hardware and Software include: Database Server, Application Server, Network Hardware, Networking with Client Workstations. There is also a requirement for Training and On-Site Set-up. The Government intends to award a contract under FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. The resultant contract will be firm-fixed price. Completion time for the project is 365 calendar days. This will be a total small business set-aside. The NAICS code is 541519 and small business standard is 150 employees. The evaluation criteria, listed in descending order of importance, are: Demonstrated Ability to Meet Defined Functional Specifications; Past Performance, and Demonstrated Ability to Meet Software Specifications. All interested parties may request a copy of the solicitation number WC133C-05-RP-1151. A copy of the solicitation will be available on or about sever (7) calendar days after issuance of this notice. The points of contact for contracting issues is Mamie L. Wandick (816) 426-7471, for technical matters is Dr. David White (843) 762-8939, and for copies of the solicitation is Joel Pabon (816) 426-7461. Requests may be faxed to (816) 426-7530. The Central Region, Acquisition Office must be registered with the Central Contractor Registration (CCR). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all bidders must have a Dun and Bradstreet number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun and Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. In addition, completion of the online representation and certifications application (ORCA) is required.
- Place of Performance
- Address: CHARLESTON, SOUTH CAROLINA
- Country: UNITED STATES
- Country: UNITED STATES
- Record
- SN00835140-W 20050625/050623220627 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |