C--NEW - 549-17-801 Perform Physical Security/Resiliency Survey

expired opportunity(Expired)
From: Federal Government(Federal)
36C25719R0022

Basic Details

started - 06 Aug, 2019 (about 4 years ago)

Start Date

06 Aug, 2019 (about 4 years ago)
due - 05 Sep, 2019 (about 4 years ago)

Due Date

05 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25719R0022

Identifier

36C25719R0022
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102941)VETERANS AFFAIRS, DEPARTMENT OF (102941)257-NETWORK CONTRACT OFFICE 17 (36C257) (4917)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (11)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Aug 05, 2019 6:53 pm Page 12 of 12Project: A-E Services Contract for the Veterans Integrated Service Network (VISN) 17 facilities.The Department of Veterans Affairs is seeking architecture or architecture/engineering firms capable of the surveying and master planning designSolicitation Number: 36C25719R0022Restrictions: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-asideContact: DeAndre Byrd-Fulbright, (254) 899-6048 or DeAndre.Byrd-Fulbright@va.govIssue Date: 5 August 2019Closing Date: 5 September 20191. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms responding to
this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted at least three or more firms will be selected for negotiations based on demonstrated technical competence and qualifications for the required services. The services will primarily consist of performing and conducting site investigation services, design services (including designing and developing master plan working drawings, specifications, and design analysis), construction period services (including supervising and inspecting), field surveys, cost estimates, project budget management services, technical studies, analyses, reports, data analyses, buildings assessments, corrective recommendations, master plan implementation of recommendations, and risk reviews. The Contracting agency is the U.S. Department of Veterans Affairs, Veterans Health Administration (VHA), Veterans Integrated Service Network 17 (VISN- 17), Contracting Office. This solicitation shall result in a single award.This contract will have a one-year (365 calendar days) period of performance.The solicitation is a 100% set-aside for SDVOSB firms under NAICS Codes 541310. In order to be considered for award SDVOSB firms shall be registered and verified in VetBiz.gov prior to solicitation closing date. Any firms that are not registered and verified in VetBiz.gov by solicitation closing date will not be considered for award.The top ranked firms resulting from evaluation will be sent a Request for Proposal and requested to provide a firm-fixed price proposal for labor categories for the period of performance of the contract. In the final selection process the most highly qualified firms may be interviewed. Final A-E selection and award of the contract is anticipated for September 2019.The Government s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.A-E Professional Service rates not covered by the Service Contract Act will be negotiated for performance period of the contract at the time of the award.In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Acquisition Management (SAM) which replaced the Central Contractor Registration (CCR), to be considered for award of a Federal Contract. Information regarding registration can be obtained through the SAM Assistance Center at 1-866-606-8220 or obtained on line at www.sam.gov. The use of DUNS + 4 numbers to identify vendors is limited to identifying different SAM records for the same vendor at the same physical location. For example, a vendor could have two separate bank accounts. If you do not have a DUNS number or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711 or email govt@dnb.com.In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, A-E s are hereby advised that no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative.In accordance with FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, A-E s are hereby advised service-disabled veteran-owned small business concerns agree that in the performance of this contract and any task orders issued against this contract, that at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns.In accordance with FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, A-E s are hereby advised that, a joint venture may be considered a service-disabled veteran owned small business concern if, at least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement, and each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement, and the joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation, and the joint venture meets the requirements of 13 CFR 125.15(b)NOTE: In order to be eligible for award - Joint Ventures must be verified in the VA VetBiz Vendor Information Pages (VIP) at the time that SF330 s are due to VA.There is no requirement for the SDVOSB to be the prime contact for the team, however, the SDVOSB must be the Managing Venturer of the Joint Venture and have control over all decisions of the Joint Venture. Furthermore, the SDVOSB must earn at least 51% of the profits earned by the joint venture.In a Joint Venture, more than one SDVOSB can make up 51% of the contract; however, the SDVOSB s must earn at least 51% of the profits earned from the joint venture and must be the managing venture of the joint venture and have control over all decisions of the joint venture.38 CFR 74.1 defines a Joint Venture as an association of two or more small business concerns to engage in and carry out a single, specific business venture for joint profit, for which purpose they combine their efforts, property, money, skill, or knowledge, but not on a continuing or permanent basis for conducting business generally. For VA contracts, a joint venture must be in the form of a separate legal entity.For additional information on VA Joint Venture requirements, please visit: http://www.va.gov/osdbu/docs/vapVabJointVentures.pdf or see attached2. PROJECT INFORMATION: A-E Services will perform a series of physical security and resiliency surveys as a result of this solicitation. Each survey will fully assess and develop an infrastructure master plan per medical facility. The A-E contract will be utilized to perform a survey of all VISN 17 Healthcare facilities, which currently includes Amarillo VA Health Care System (Amarillo, TX), Central Texas Veterans Health Care System (Temple, TX), El Paso VA Health Care System (El Paso, TX), South Texas Veterans Health Care System (San Antonio, TX), VA North Texas Health Care System (Dallas, TX), VA Texas Valley Coastal Bend Health Care System (Harlingen, TX), and West Texas VA Health Care System (Big Spring, TX). In order to be eligible for award the prime A/E must have an office established within the location radius restrictions. The types of work may include all or part of the following:Performing and conducting site investigation services, design services (including designing and developing construction working drawings, specifications, and design analysis), construction period services (including supervising and inspecting), field surveys, cost estimates, project budget management services, technical studies, analyses, access control, territorial reinforcement, and campus-based site diagraming. The A-E shall prepare all design documents in conformation with, but not limited to, the applicable portions of the following: VA Master Construction Specifications, http://www.cfm.va.gov/til/spec.asp , VA Design Guides, Manuals and Alerts, http://www.cfm.va.gov/til/dGuide.asp, http://www.cfm.va.gov/til/dManual.asphttp://www.cfm.va.gov/til/alertDesign.asp, International Building Code (IBC), National Fire Codes published by the National Fire Protection Association (NFPA), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Uniform Federal Accessibility Standards (UFAS), LEED Certification, and Facility Master Plans2) The VA Emergency Preparedness Performance Improvement Management System (PIMS) contains an assessment of the critical infrastructure at all owned VISN 17 facilities. The firm shall have access to the following:Mission Critical Facilities: https://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecMC.pdfLife Safety Protected Facilities: https://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecLS.pdfVISN 17 Physical Security Design Manual (PSDM) Master Plan TemplateVISN 17 facilities Preparedness Performance Improvement Management System (PIMS) Infrastructure Assessments3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors.Professional qualifications necessary for satisfactory performance of required services;This factor evaluates the individual experience of the persons that are to be assigned to the design team. The firms shall provide information on two or three individuals from each design discipline that are anticipated to be assigned to key positions on the design team. The key positions shall include registered and licensed personnel such as Project Managers, Quality Assurance Managers, Architects, Architectural Engineers, Structural Engineers, Electrical Engineers, Mechanical Engineers, Fire Protection Engineers, Environmental Engineers and Resident Engineering/Construction Management. Firms may submit any other personnel they feel are significant for the types of work described in Specialist Experience.Proposed management plan shall include team organization functions and personnel assignments as follows:Personnel assigned to physical security & resiliency master planPersonnel assigned to conduct risk analysis summariesPersonnel assigned to develop cost estimateSite visit personnelPhysical Security Specialist Requirements: The security specialist shall have a minimum of five years experience in physical security design and shall maintain current certification as Certified Protection Professional (CPP) or Physical Security Professional (PSP) from the American Society for Industrial Security (ASIS). The security specialist must have demonstrated knowledge and experience applying security strategies, such as the application of CPTED, ballistic and forced entry requirements, and electronic security system design as defined in Chapter 10. The résumé of the specialist must be submitted to the VA Project Manager (PM) for review and approval prior to the concept phase of the project. The qualifications of the firm for whom the specialist works must also be submitted with the résumé.Blast Specialist Requirements: At a minimum, the structural blast specialist shall have 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 résumé of the specialist must be submitted to the VA PM for review and approval prior to the concept phase of the project. The résumé must include a minimum of three projects during the previous two years with similar scope to the project being designed. The qualifications of the firm for whom the specialist works must also be submitted to the VA PM.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;This factor evaluates the experience of the firm and the master plan assessment team in completing projects requiring skills similar to those anticipated for this contract for hardening security for safeguarding. This shall include experience in physical security design for large scale medical facilities. Experience conducting facility's infrastructure master planning study assessment with determining facilities level of resiliency during a natural or manmade disaster. Experience design master plan using automated electronic design that require no added software. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities.Proposed project control shall include the following:Techniques planned to control the schedule and costPersonnel responsible for assessment schedule and cost controlEstimating Effectiveness: Firms effective management practices and processes shall include the following:Five most recent projects for hardening security for safeguardingCapacity to accomplish the work in the required time;This factor evaluates the ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. A-E is to provide demonstrated compliance to performance schedules, adherence to timelines for deliverables, the ability to meet unusual time constraints and methods of project management. This factor is reviewed in part by looking to a firm s SF 330 response to Personnel by Discipline , for the quantity of personnel they have in the work disciplines important to the design projects typically acquired by/for the VA. The assumption is that the more personnel a firm has in the work disciplines important to the various design projects, the greater their capacity to accomplish work in the required time. The general workload and staffing capacity of the design office will be evaluated. The firm s ability to respond to the needs of the VAMC will be evaluated under this category.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;This factor shall be evaluated based on the information provided by the A-E from previous government agencies and private industries on similar type of projects, performance appraisals on file in the Past Performance Information Retrieval System (CPARS) and contact with personnel listed in the SF 330 regarding past performance as well as evaluation board members personal knowledge of the firm.Location in the general geographical area of the project and knowledge of the locality of the project, for the purposes of this requirement the location is restricted to a 300 miles radius of any VISN17 Health Care System location.This factor evaluates the distance of the Prime A-E firm s office to the location of work and evaluates the team s knowledge of the locality, and the A-E firm s response time capability for on-site visits.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.This factor evaluates the A-E firm and its principal officials reputations with respect to professional performance, general management, and cooperativeness.Record of significant claims against the firm because of improper or incomplete architectural and engineering services.This factor evaluates an A-E firm s record to determine if significant claims against the firm because of improper or incomplete architectural and engineering services have been filed and adjudicated.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.This factor evaluates the effectiveness of the design team in working together. The SF 330 will be examined for indicators including number of relevant projects the design team has collaborated on.The final selection decision will be made by the designated selection authority. The selection authority will review the recommendations of the evaluation board and shall, with the advice of appropriate technical and staff representatives, make the final selection. This final selection shall be a listing, in order of preference, of the firms considered exceptionally qualified to perform the work. All firms on the final selection list are considered selected firms with which the CO may negotiate in accordance with FAR Subpart 36.606In accordance with FAR Subpart 36.606, negotiations shall be conducted in accordance with FAR Part 15, beginning with the two most preferred firms in the final selection. The CO will send a formal RFP, to the most preferred firms in the final selection. A price analysis will be conducted in accordance with FAR Part 15.404-1(b) to determine fair and reasonable pricing.4. RATING STANDARDS AND DEFINITIONS: The technical evaluation factors will be evaluated on a color basis. Offerors are advised any strengths that are accepted by the government may be incorporated into the contract as the minimum performance requirement.Deficiency - A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level.Strength - Any aspect of a proposal when judged against a stated evaluation criterion, which enhances the merit of the proposal or increases the probability of successful performance of the contract. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance.Weakness - A flaw in the proposal that increases the risk of unsuccessful contract performance. A significant weakness in a proposal is a flaw that appreciably increases the risk of unsuccessful contract performance.Rating Key:The rating determination matrix will be color coded in the following manner to assist in the evaluation of the pre-selection process:Rating KeyRatingDefinitionBlueThe Contractor's Qualification Statement (SF 330), Part I (Contract-Specific Qualifications), and Part II (General Qualifications) provides exceptional demonstrated competence and qualifications. (Low risk).GreenThe Contractor's Qualification Statement (SF 330), Part I (Contract-Specific Qualifications), and Part II (General Qualifications) provides good demonstrated competence and qualifications. (Low to moderate risk).YellowThe Contractor's Qualification Statement (SF 330), Part I (Contract-Specific Qualifications), and Part II (General Qualifications) provides acceptable demonstrated competence and qualifications. (Moderate to high risk).RedThe Contractor's Qualification Statement (SF 330), Part I (Contract-Specific Qualifications), and Part II (General Qualifications) provides unacceptable demonstrated competence and qualifications. (High risk).The overall rating determination matrix will be color coded in the following manner to assist in the evaluation of the pre-selection process:Rating KeyRatingDefinitionBlueIf Professional Qualifications and Specialized Experience are both blue, and at least three of the remaining six factors are green than the firm shall receive an overall rating of Blue.GreenIf only one of either Professional Qualifications or Specialized Experience is rated blue and the other one is rated as green, and at least three of the remaining six factors are green then the firm receives an overall rating of Green.YellowIf one of either Professional Qualifications or Specialized Experience is rated Yellow and the other is rated yellow or better and at least three of the six remaining factors are green then the firm receives an overall rating of Yellow.RedIf Professional Qualifications, Specialized Experience, Past Performance or Capacity to Accomplish Work in the Required Time is rated red then the firm receives an overall rating of Red.5. SUBMISSION REQUIREMENTS:a. Interested firms must submit five (5) hard copies via UPS or FedEx and one (1) electronic copy via email to DeAndre.Byrd-Fulbright@va.gov. Each hard copy shall contain Parts I and II of the SF 330 information. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Part I, II, and Subsequent Sections are as defined in the SF 330 Instructions). The GSA Form SF 330 shall have a page limit of 80 pages, and it shall have a limit of 10 projects illustrating specialized experience. A page is one side of a sheet, 8-1/2 by 11. If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be less than 10 font and margins shall not be less than one inch.NOTE: The page limit of 80 pages is inclusive of the entire submission (Cover Letter, Projects, SF330 Parts I and II and any additional information.b. Include the firms CAGE code and DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the CAGE and DUNS number for each sub consultant, if available.c. SF 330, Part I, Section H (Additional Information) shall contain at a minimum the following information:(1) Item 1 Management Plan Include the information requested in Paragraph 3above.(2) Item 2 Capacity to accomplish the work. Reference Paragraph 3 above. Provide a1-2 page narrative discussing the capacity of the prime firm to meet schedules, including adequacy of qualified personnel and equipment available and past experience in meeting tight schedules.(3) Item 3 Geographic Proximity: Location of the firm with respect to the geographicallocation described.NOTE: Part I, Section H, Item 2 and Item 3 requests the same information included in the Selection Criteria. Offerors are only required to submit the information required under paragraph 5 (Submission Requirements). The intent of the Selection Criteria included in paragraph 3 is to notify Offerors of how the information provided under Submission Requirements will be evaluated. There is no requirement to submit information twice.d. Mailing address for submissions: U.S. Department of Veterans Affairs, 2002 Scott Blvd., Temple TX 76504; Attn: DeAndre Byrd-Fulbright, Solicitation 36C25719R0022. Mr. Byrd-Fulbright can be reached at (254) 899-6048 or at DeAndre.Byrd-Fulbright@va.gov, solicitation packages will not be provided. This is not a request for proposal. Submittals must be received no later than 2:00 PM Central Time, 5 August, 2019. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).Contracting Office Address:Department of Veterans AffairsNetwork Contracting Office 172002 Scott Blvd.,Temple, TX 76504Place of Performance:The A-E contract will be utilized to perform a survey of all VISN 17 Healthcare facilities, which currently includes Amarillo VA Health Care System (Amarillo, TX), Central Texas Veterans Health Care System (Temple, TX), El Paso VA Health Care System (El Paso, TX), South Texas Veterans Health Care System (San Antonio, TX), VA North Texas Health Care System (Dallas, TX), VA Texas Valley Coastal Bend Health Care System (Harlingen, TX), and West Texas VA Health Care System (Big Spring, TX).Point of Contract(s)DeAndre Byrd-Fulbright, (254) 899-6048 or DeAndre.Byrd-Fulbright@va.gov

Veterans Integrated Service Network (VISN) 17;(San Antonio, TX; Kerrville, TX; Temple, TX;;El Paso, TX; Dallas, TX; Harlingen, TX;;Big Spring, TX; and Amarillo, TX) 76504 USALocation

Place Of Performance : Veterans Integrated Service Network (VISN) 17;(San Antonio, TX; Kerrville, TX; Temple, TX;;El Paso, TX; Dallas, TX; Harlingen, TX;;Big Spring, TX; and Amarillo, TX) 76504 USA

Country : United States

You may also like

ROANOKE REGIONAL ATCT (ROA) RESILIENCY PROGRAM SECURITY ENHANCEMENT PHASE I SITE SURVEY AND DESIGN&PHASE II

Due: 14 Aug, 2029 (in about 5 years)Agency: FEDERAL AVIATION ADMINISTRATION

Classification

541 -- Professional, Scientific, and Technical Services/541310 -- Architectural Services
naicsCode 541310Architectural Services
pscCode CARCHITECT AND ENGINEERING- CONSTRUCTION: RELIGIOUS FACILITIES