Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
DOCUMENT

C -- Physical Security Design Manual Study - Attachment

Notice Date
2/2/2016
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24816R0466
 
Response Due
2/23/2016
 
Archive Date
5/23/2016
 
Point of Contact
Melissa Keene, Contracting Officer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This amendment to the original sources sought provides changes to the synopsis. The changes are annotated with an asterisk ** and in red. All deadlines and submission requirements remain the same. Contracting Office: Department of Veterans Affairs, Tampa, FL 33637 THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Point of contact: Melissa Keene, Contracting Officer PH: 813-631-2811 Email:Melissa.keene2@va.gov. The Department of Veterans Affairs is soliciting and intends to award a firm fixed-price contract for Architect/Engineering services to an A/E who will perform a Physical Security study for the U.S. Department of Veterans Affairs, VISN 8, facilities listed below based off of **the most current publication of the VA's Physical Security Design Manuals (PSDM). **An updated publication by VA is planned for the Spring/Summer 2016. Federal Acquisitions Regulations (FAR) 36.6 (Brooks Act) selection procedures apply. We are looking for an AE to be the prime as there will be a significant amount of structural assessment to be completed. The NAICS Code for this procurement is 541330 and the annual small business size standard is $14M. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. This limitation also applies to subsidiaries/affiliates of the firm. This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. The PSDM manuals can be accessed via the following link: ** http://www.cfm.va.gov/til/spclRqmts.asp#PHS Description: This project will address the following: Objective 1: Facility Level Assessment-A **facility assessment shall be performed for each VA site referenced above stating the designation of the campus and each building or structure (as mission critical or life-safety protected). Objective 2: **Capital and Non-Capital Solutions and Feasibility/Risk Assessment -The A/E shall devise recommended capital or non-capital solutions and shall determine the feasibility of the solutions based on a combined economic analysis and risk analysis correlating to the identified gap. Objective 3: Waiver Requests-The A/E shall collaborate with the site's leadership to determine which gaps will require a waiver request to be submitted **and shall develop the waiver requests, correlating them to the associated PSDM gap. Objective 4: VISN Level Summary Report-Shall consist of preparing a stand-alone report summarizing the assessments and highest risk based gaps by site and shall reference the associated capital or non-capital solution and cost for addressing the deficiencies. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the study project. The A/E shall develop meeting agendas and provide meeting minutes for all meetings held under this study project. The A/E's team must include a Certified Physical Security Specialist with a minimum of five years' experience in physical security design and currently holds either a Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification from the American Society for Industrial Security (ASIS). No other certifications such as Department of Defense Anti-Terrorism/Force Protection (DOD AT/FP) or American Society of Civil Engineers Building Security Certified Professional (BSCP) credentials are currently acceptable as a substitute. The security specialist must have demonstrated knowledge and experience applying security strategies, such as the application of Crime Prevention Through Environmental Design (CPTED), ballistic and forced entry requirements and electronic security system design. The study team must also include a licensed professional structural engineer with a bachelor's degree in structural engineering or a related field and have formal training in structural dynamics and demonstrated experience with the accepted design practices for blast resistant design. The specialist shall have a minimum of five years' experience in performing dynamic analysis in blast resistant design. The resumes and copies of licenses and certifications of the physical security specialist and the structural engineer shall be submitted to the VA for review and approval prior to the start of work. The physical security specialist shall also submit the qualifications of the firm he/she works for with their resume. The structural engineer's resume shall also include at least three projects he/she has worked on during the previous two years that demonstrate experience with blast design and analysis. "Total performance period = 300 calendar days to complete all requirements. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1)Professional Qualifications necessary for the satisfactory performance of required services (in-house and/or consultants(s)) 2) Specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (Include Government and private Experience) 3) Capacity to accomplish work in the required time. Please provide documentation or enough evidence to allow us to conclude that capacity is available. 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5) Location in general geographical area of the project and knowledge of the locality of the project. "It is expected that your SF330 submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if awarded the contract 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. SUBMISSION CRITERIA/REQUIREMENTS: SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 is limited to 100 single-sided pages. Minimum font size is 10 point. Additionally, the submission must include an insert detailing the following information: 1. Cage Code 2. Dun & Bradstreet Number 3. Tax ID Number 4. The E-mail address and Phone number of the Primary Point of Contact 5. A copy of the firms VetBiz Registry Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 and attachments (if any) no later than 1:00 PM, EST on February 23, 2016. All SF330 submittals and questions must be sent electronically to the attention of Melissa Keene, Contract Specialist at Melissa.keene2@va.gov. When submitting SF330s, if more than one email is sent, please number emails in Subjects as "1 of n". Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Cover letter and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Site visits will not be arranged during this period. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your SF330s. Melissa Keene, Contracting Officer Melissa.keene2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24816R0466/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-16-R-0466 VA248-16-R-0466_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2537314&FileName=VA248-16-R-0466-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2537314&FileName=VA248-16-R-0466-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04007776-W 20160204/160202234959-f029cb01c2c7277a9caaaec3df1c8cd0 (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  © 1994-2020, Loren Data Corp.