Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2016 FBO #5455
DOCUMENT

C -- Physical Security Risk Assessment Study - Attachment

Notice Date
10/28/2016
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917R0047
 
Response Due
11/28/2016
 
Archive Date
3/7/2017
 
Point of Contact
David Milner
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Robley Rex VA Medical in Louisville, Kentucky is seeking services from professional Architectural/Engineering (AE) firms for Project #603-17-201, Physical Security Risk Assessment Study. The AE firm will be responsible to provide all necessary/required investigative work, tools, equipment, materials, labor, travel, and expertise to complete a physical security analysis in accordance with the scope and requirements outlined in the SOW. The intent of this evaluation is to provide professional consultative/engineering services to conduct a physical security risk assessment for the Robley Rex VA Medical Center and VA Healthcare Centers for compliance with the VA Physical Security Design Manual (VA PSDM) (http://www.cfm.va.gov/til/PhysicalSecurity/dmphysecmc.pdf). To meet this requirement, the facilities evaluated must have a clear, defined presentation of their vulnerabilities and defined proactive measures needed to reduce or mitigate such risk/vulnerabilities. To achieve this obligation the assessment requires the showing of fragile links of the vulnerabilities and a prioritization to enable realistic programs to be developed to undertake physical works to improve. At a minimum, but not limited to, the contractor will complete the following general tasks: a. Conduct Risk Analysis: The contractor shall collect information and perform an evaluation of each facility (VA-Owned and Leased properties) for compliance with VA PSDM. b. Gap Analysis: The contractor shall compare the existing building conditions to the VA PSDM identifying gaps and/or vulnerabilities. At minimum, the contractor shall utilize the VA PSDM, VISN 9 PSDM Existing Medical-Related Leases (Life Safety Compliance Checklist) and/or VISN 9 PSDM Life Safety and Mission Critical Compliance Checklists to complete the gap analysis. c. The contractor shall review and edit VISN 9 PSDM existing Medical-Related Lease (Life Safety Compliance Checklist) and VISN 9 Life Safety and Mission Critical Compliance Checklists as appropriate to ensure coordination/harmony with VA PSDM. d. Corrective Action(s): The contractor shall develop appropriate as well as feasible corrective actions for each gap and/or vulnerability resulting from the Gap Analysis along with an order-of-magnitude estimate to correct each finding. SF-330 PROPOSAL EVALUATION CRITERIA Professional qualifications necessary for satisfactory performance of required services. Proposed Team: The AE firm shall identify the key personnel to be involved in this project and supply brief biographical data including: Name of individual, Company position, Years with the company, Work and educational background, experience and qualifications applicable to this Project, Tasks to be assigned to that individual on this Project, Current workload and availability to be committed to this Project, and Authority of that individual to act on behalf of the Offeror. Offerors whose key personnel possess experience directly related to this requirement will receive a significantly higher rating in this factor. 2. Specialized experience and technical competence in the type of work required, including, where appropriated, experience in conducting facility risk assessments and audits. Offerors will be evaluated on experience with security assessment and remediation services of similar scope and size. The Offeror shall demonstrate corporate experience by listing only projects awarded within the last three years similar in scope to this Project. (a) AE firms with specialized experience listed similar in scope of this requirement will receive a significantly higher rating on this factor. (b) AE firms with satisfactory VA experience will be ranked higher than others. 3. Capacity to accomplish the work in the required time 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. The AE firm shall list all relevant projects with any element of performance during the last calendar year. A minimum of three past performance references for work similar in scope are required. Include the following information for each project listed (Items are of equal importance): Name, Address, Telephone Number, Fax Number of a Point of Contact (POC) of the owner of those projects or person who represented the owner and would have the most detailed information about the Offeror s performance. (a) AE firms with satisfactory past performance with evaluating physical security of VA or other hospitals will be rated higher than others. (b) AE firms who list past performance similar in scope of this requirement will receive a significantly higher rating on this factor. 5. Location in the general geographical area of the project and knowledge of the locality of the project. 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management and cooperativeness. 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The AE firm shall identify subcontractors for all disciplines to be used under any contract awarded from this notice and provide. The Government will evaluate the TOTAL TEAM being proposed. (a) Firms with commitments with major subcontracted disciplines for this Project will be rated higher than others. The Offeror shall describe what experience, benefits, value, and strengths the proposed team brings to such a partnership as described above. (b) After award, no changes to the team offered may be made without the WRITTEN approval of the Contracting Officer IN ADVANCE of any such change. (c). Management approach to performance and quality monitoring will be considered. The AE firm shall provide a performance plan demonstrating the ability to carry out the work and all requirements within the contract terms and conditions. The offeror, who demonstrates the best techniques with managing the Physical Security Risk Assessment Survey, including quality control, will receive a higher rating. NAICS code 541690, Other Scientific and Technical Consulting Services, is applicable to this requirement. The small business size standard is $15.0M. This requirement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) concerns under the authority of 38 U.S.C. section 8127 (d). All AE firms seeking consideration under this requirement will be checked with the Center for Verification & Eligibility (CVE) both at the time of submission and prior to award. To be eligible to submit an offer or receive an award all AE firms must be viewable and listed in the Vendor Information Pages (VIP) at www.vetbiz.gov. Only verified SDVOSB are eligible to submit an offer or receive an award that is set-aside for a SDVOSB in accordance with 38 CFR Part 74. AE firms that are not verified and viewable in VetBiz at the time of submission of offer or at the time of award shall be determined as to no be an interested party and its proposal will not be considered further nor will be considered for award). Project 603-17-201, Physical Security Risk Assessment Study will be procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation (FAR) 36.6 and VA Acquisition Regulation 836.6. Interested AE firms must submit one (1) hard copy of the Standard Form (SF) 330, along with one (1) electronic copy on Compact Disc in Adobe Acrobat Pdf format. Submissions must be received No Later Than 11:00am ET on November 28, 2016. Submission by Electronic Mail is NOT AUTHORIZED. For consideration submissions should be sent to the following: Robley Rex VA Medical Center Network Contracting Office (NCO) 9 Attention: Roxie Ann Keese, Contracting Officer 800 Zorn Avenue Louisville, Kentucky 40206-0001 This is not a Request for Proposal. This Notice is seeking services only from qualified Architectural and Engineering firms with the capability to perform the work. The government will not provide any reimbursements to contractors submitting their qualification for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917R0047/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-R-0047 VA249-17-R-0047.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3080294&FileName=VA249-17-R-0047-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3080294&FileName=VA249-17-R-0047-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Robley Rex VAMC;800 Zorn Ave;Louisville, KY
Zip Code: 40206
 
Record
SN04315650-W 20161030/161028234241-91a1de43ef709c8c7e334cc18707416d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.