Laboratory Information Management System

Solicitation number 47064-124558/A

Publication date

Closing date and time 2012/07/16 14:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Public Works and Government Services Canada
    Services and Technology Acquisition Management Sector
    Software and Shared Systems Procurement Directorate
    Enterprise Management Software Procurement Division - XL
    Place du Portage, Phase III, 4C1
    11 Laurier Street
    Gatineau, Quebec
    Canada
    K1A 0S5
    
    
    
    11 June 2012						File Reference:  107XL.47064-124558
    
    
    
    REQUEST FOR INFORMATION
    
    LABORATORY INFORMATION MANAGEMENT SYSTEM (LIMS)
    FOR THE 
    CANADA BORDER SERVICES AGENCY
    
    
    
    PURPOSE OF REQUEST FOR INFORMATION (RFI)
    
    This Request for Information is intended to gather information
    about the delivery of the software, employee training, optional
    consultation services to aid in the configuration of the LIMS
    and the option to purchase yearly program upgrades and technical
    support.   This Request for Information is also intended to
    gather information about the draft specification that was
    written (Annex A) and to answer questions about the purchase of
    a new LIMS.
    
    The Science and Engineering (S&E) Directorate of the Canada
    Border Services Agency (CBSA) is looking to replace its in-house
    LIMS with a Configurable off the Shelf (COTS) LIMS.  The LIMS
    must offer complete sample tracking throughout its life cycle. 
    This includes the following steps:  client sample login,
    laboratory user sample login, bar-coding, sample receipt, sample
    preparation, chemical inventory, sample testing (including
    manual data entry and instrument interfacing), data review,
    automated and manual report writing, equipment maintenance, data
    query, case approval, electronic report distribution, report
    archiving and case data archiving.
    
    The S&E Directorate is the scientific arm of the CBSA.  It
    offers a diverse range of scientific, analytical, engineering
    and technical advisory services to the CBSA and other government
    agencies.  The S&E Directorate's diverse capabilities include:
    analysis of goods (foods, textiles, polymers, organic chemicals,
    alcohol, tobacco and contraband drugs); expertise in forensic
    document analysis and research in the field of chemical,
    biological and radiation detection. 
    
    The CBSA laboratory currently utilizes a LIMS (called "LASS")
    that was developed in-house in the late 1990s.  Since then,
    numerous patches and enhancements were applied to tailor LASS to
    suit the evolving needs of the agency.  This program is based on
    PowerBuiilder and uses an Oracle Database.  CBSA is now looking
    at replacing this in-house developed product with a full-feature
    COTS LIMS.  The S&E directorate currently has approximately 120
    employees and 250 clients that use its current LIMS.   It is
    estimated that at most 20 clients and 60 employees utilize the
    LIMS at one time.  Approximately 200 unique tests will need to
    be entered into the LIMS (during initial configuration) to
    support the different sections of the laboratory.  
    
    The draft technical specifications in the Request for
    Information (Annex A) refer to a LIMS; however, based on a
    review of some products available on the market, the CBSA
    laboratory may need an integrated LIMS and Sample Data
    Management System (SDMS), possibly with additional features. 
    These specifications are for an integrated LIMS/SDMS and all
    references to LIMS in the draft specifications, indicates that
    this feature is required within the integrated system.
    
    
    
    NATURE OF REQUEST FOR INFORMATION
    
    This is not a bid solicitation. This RFI will not result in the
    award of any contract. As a result, potential suppliers of any
    goods or services described in this RFI should not reserve stock
    or facilities, nor allocate resources, as a result of any
    information contained in this RFI. Nor will this RFI result in
    the creation of any source list. Therefore, whether or not any
    potential supplier responds to this RFI will not preclude that
    supplier from participating in any future procurement. Also, the
    procurement of any of the goods and services described in this
    RFI will not necessarily follow this RFI. This RFI is simply
    intended to solicit feedback from industry with respect to the
    matters described in this RFI.
    
    
    NATURE AND FORMAT OF RESPONSES REQUESTED
    
    Respondents are requested to provide their comments, concerns
    and, where applicable, alternative recommendations regarding how
    the requirements or objectives described in this RFI could be
    satisfied. Respondents are also invited to provide comments
    regarding the content, format and/or organization of any draft
    documents included in this RFI. Respondents should explain any
    assumptions they make in their responses.
    
    
    RESPONSE COSTS
    
    Canada will not reimburse any respondent for expenses incurred
    in responding to this RFI.
    
    
    TREATMENT OF RESPONSES
    
    (a)	Use of Responses: Responses will not be formally evaluated.
    However, the responses received may be
    	used by Canada to develop or modify procurement strategies or
    any draft documents contained in this
    	RFI. Canada will review all responses received by the RFI
    closing date. Canada may, in its discretion,
    	review responses received after the RFI closing date.
    
    (b)	Review Team: A review team composed of representatives of
    the client (where applicable) and PWGSC
    	will review the responses. Canada reserves the right to hire
    any independent consultant, or use any
    	Government resources that it considers necessary to review any
    response. Not all members of the review
    	team will necessarily review all responses.
    
    (c)	Confidentiality: Respondents should mark any portions of
    their response that they consider proprietary or
    	confidential. Canada will handle the responses in accordance
    with the Access to Information Act.
    
    (d)	Follow-up Activity: Canada may, in its discretion, contact
    any respondents to follow up 
    	with additional questions or for clarification of any aspect of
    a response.
    
    
    CONTENTS OF THIS RFI
    
    (a)	This RFI contains a draft Statement of Work/Statement of
    Requirements. This document remains a work
    	in progress and respondents should not assume that new clauses
    or requirements will not be added to any
    	bid solicitation that is ultimately published by Canada. Nor
    should respondents assume that none of the
    	clauses or requirements will be deleted or revised. Comments
    regarding any aspect of the draft document
    	are welcome.
    
    
    FORMAT OF RESPONSES
    
    (a)	Cover Page: If the response includes multiple volumes,
    respondents are requested to indicate on the front
    	cover page of each volume the title of the response, the
    solicitation (RFI) number, the volume number and
    	the full legal name of the respondent.
    
    (b)	Title Page: The first page of each volume of the response,
    after the cover page, should be the title page,
    	which should contain: 
    
    		i)	the title of the respondent's response and the volume
    number;
    		ii)	the name and address of the respondent;
    		iii)	the name, address and telephone number of the
    respondent's contact;
    		iv)	the date; and
    		v)	the RFI number.
    
    (c)	Numbering System: Respondents are requested to prepare their
    response using a numbering system
    	corresponding to the one in this RFI. All references to
    descriptive material, technical manuals and
    	brochures included as part of the response should be referenced
    accordingly.
    
    (d)	Number of Copies: Canada requests that respondents submit
    three (3) copies of their responses.
    
    
    INQUIRIES
    
    (a)	Because this is not a bid solicitation, Canada will not
    necessarily respond to enquiries in writing or by
    	circulating answers to all potential suppliers. However,
    respondents with questions regarding this RFI may
    	direct their enquiries to:
    
    		Margo A. Conn-Harbinson
    		Supply Specialist
    		Enterprise Management Software Procurement Division - XL, 4C1,
    Stn. 35
    		Software and Shared Systems Procurement Directorate
    		Services and Technology Acquisition Management Sector
    		Public Works & Government Services Canada
    		Place du Portage, Phase III, 11 Laurier Street
    		Gatineau, Quebec, K1A 0S5
    		Tele: (819) 956-1114
    		FAX: (819) 953-3703
    		E-Mail: margo.conn-harbinson@tpsgc-pwgsc.gc.ca
    
    
    SUBMISSION OF RESPONSES
    
    (a)	Time and Place for Submission of Responses: Suppliers
    interested in providing a response should deliver
    	it to the following location by the time and date indicated on
    page 1 of this document:
    
    	All information packages must be sent directly to:
    
    		Bid Receiving Unit (BRU)
    		Public Works and Government Services Canada
    		11 Laurier St.
    		Place du Portage, Phase III
    		Core 0A1
    		Gatineau, Québec,
    		Canada
    		 K1A 1C9
    
    	Responses should not be sent directly to the Contracting
    Authority.
    
    (b)	Responsibility for Timely Delivery: Each respondent is
    solely responsible for ensuring its response is
    	delivered on time to the correct location.
    
    (c)	Bid Receiving Unit Address Solely for Delivery of Responses:
    The above address is only for the
    	submission of information relative to this RFI. No other
    communications are to be forwarded to this
    	address.
    
    (d)	Identification of Response: Each respondent should ensure
    that its name and return address, the
    	solicitation number and the closing date appear legibly on the
    outside of the response.
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Conn-Harbinson, Margo
    Phone
    (819) 956-1114 ( )
    Fax
    (819) 953-3703
    Address
    4C1, Place du Portage Phase III
    11 Laurier St./11, rue Laurier
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    28
    000
    French
    8

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: