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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- 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 LaurierGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Canada Border Services Agency
- Address
-
333 North River RoadOttawa, Ontario, K1L 8B9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK__XL.B107.E24530.EBSU000.PDF | 000 |
English
|
28 | |
ABES.PROD.BK__XL.B107.F24530.EBSU000.PDF | 000 |
French
|
8 |
Access the Getting started page for details on how to bid, and more.