Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2019 FBO #6435
SOLICITATION NOTICE

C -- 589A6-19-215, PHYSICAL SECURITY ASSESSMENT LV

Notice Date
7/5/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25519R0096
 
Response Due
7/16/2019
 
Archive Date
10/14/2019
 
Point of Contact
Timothy Parison
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis: CONTRACT INFORMATION a. This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. b. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. c. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified contractors that meet the professional requirements. d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Topeka VA Health Care System Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. e. Award of any resultant contract is contingent upon the availability of funds. f. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to timothy.parison@va.gov. Personal visits to discuss this announcement will not be allowed. g. The NAICS Codes for this procurement is 541990 All Other Professional, Scientific and Technical Services and small business size standard of $15.0M. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 135 calendar days including time for VA reviews. h. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.gov), SHALL BE CONSIDERED. i. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. j. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. k. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) L. A-E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions shall be made electronically. m. Completed package shall be delivered electronically on or before 07/16//2019 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Timothy Parison, Contracting Officer @ timothy.parison@va.gov. PROJECT INFORMATION The mission of the Veterans Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VASTLHCS Facility Engineering Service (FES) intends to partner with an Architect/Engineer A/E or Engineer Firm for a design completion to conduct a Physical Security Assessment in accordance with VA's PSDM (Physical Security Design Manual) and additional supplemental guidance published by VA for VA owned and leased facilities at the VA Saint Louis Healthcare System. SCOPE OF WORK The mission of the Veterans Affairs is to provide the highest quality health care to our nation s veterans. To accomplish this mission, we must protect the health and safety of patients, employees, and visitors. The Leavenworth Kansas VA hospital is a high visible government facility located just minutes from the US Army Command and General Staff College Fort Leavenworth, KS. This VA could be a high payoff target of opportunity for terrorist threats and actions against it. It is essential that any passive and active protection gaps be identified and mitigated to ensure a safe environmental posture to all staff, veteran/patients and visitors be created and maintained against terrorist and other anti-governmental threats. All VA facilities must follow the Mission Critical and Life Safety Physical Security Design Manuals (PSDM s) for security design guidelines within our network. In addition, OCFM has published recent updated guidance on security requirements for leased facilities. The Veterans Health Administration (VHA) physical security design manuals are located at: Mission Critical Facilities: https://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecMC.pdf Life Safety Protected Facilities: https://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecLS.pdf Also, the summary of changes to the PSDM s in the Technical Information Library (TIL) dated January 2015 and all relevant appendices as well as the Security System Application Matrix below. http://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecAppB.xlsx The AE will further include all applicable Government and State codes, regulations and specifications as related work from the VA Master TIL. Real Property Policy Memorandum 2018-02 Physical Security Standards for Leased Facilities. The physical security of facilities requires the use of concentric levels of control and protection to provide progressively enhanced levels of security to deter, prevent, detect, delay, and respond to threats in the protection of assets. The concept of concentric levels of control is to protect the central asset behind layers of security measures such that it is least exposed to the threats. Where a single line of defense might be easily breached, the concentric levels approach offers redundancy in lines of defense that is less likely to be breached. VA also follows the principles of Crime Prevention Through Environmental Design (CPTED, see www.cpted.net). CPTED strategies include elements of natural surveillance, natural access control, and natural territorial reinforcement. CPTED strategies are to be considered by the AE in the development of recommendations tasked below to create and enhance the concentric circles or layers of security protection. The SOW for this task order organizes the VA PSDM concepts for existing campus/buildings into 3 tasks based on the Point of Control level and applicable PSDM concept chapters 3-10 for existing and leased buildings. General Scope Tasks: Task 1 PSDM Point of Control levels 1 and 2: The first objective of the physical security assessment is to compare and develop a gap analysis of existing building and site conditions as they relate to the VA s PSDM s first and second level points of control. These two points of control levels will survey for gaps which include but are not limited to identifying security issues as it relates to: Level 1 pertains to the outermost level, should be at the perimeter of the property consisting of fences, barriers, both active and passive anti-ram rated vehicle arrest systems. The analysis will include the evaluation of both pedestrian and vehicle entry and exit points. Level 2 analysis/survey will further include but not limited to accessing for compliance of: exterior and interior building and area access control hardware, intrusion detection, surveillance, and, at selected entrances at various times, personnel for control and screening. The assessment will provide a comprehensive analysis to include but not limited to PSDM: (para/section 4.1 PUBLIC ENTRANCES AND LOBBIES). Task 1 assessment will be made through document review and data gathering, owner interviews, and guided walkthrough non-invasive visual inspections addressing each of the applicable PSDM concepts. The document review will be based on VA provided Facilities Condition Assessments (FCA s), existing building data, past security assessments, any past security breach events, current Capital Plans (SCIP and Master Plans), existing as-built building drawings, site plans, and Google Earth building visual analyses. Interviews will be scheduled and coordinated with the COR and associated VA police/security staff to obtain compliance knowledge prior to visual inspections. The AE s visual inspection team will be accompanied by appropriate VA staff such as engineering and police. This task will apply to both owned and leased facilities identified in Attachment A & B. Task 2 PSDM Point of Control levels 3-5: The second objective of the physical security assessment is to compare and develop a gap analysis of all existing buildings and campus entrance points and perimeter physical security conditions as they relate to the VA s PSDM s third through fifth points of control. Level 3 will include the assessment of area segregation with barriers and hardware generally accessible common/public and patient areas from staff-only areas. Level 4 looks further into gap analysis of segregation of authorized from unauthorized staff areas with barriers and access controls such as card reader-activated hardware. Level 5 includes the campus innermost level of physical security that controls access to restricted areas to a minimum with card-reader access controls, video assessment and surveillance system (VASS) monitors, intrusion detection alarms, and forced-entry and/or ballistic-resistant construction. The assessment will provide a comprehensive analysis to include but not limited to PSDM: (para/section 8 UTILITIES & BUILDING SERVICES, para/section 9 BUILDING SYSTEMS and 10 SECURITY SYSTEMS). This security analysis will identify any gaps associated within the building structures, identify vulnerabilities of supporting utilities as well as standoff pedestrian and vehicle barriers, and security hardware. This assessment will be conducted through onsite surveys, document review, data gathering, and owner interviews. To identify physical security gaps and ensure the PSDM intent is met; a physical and thorough survey and inspection is required. The document review will be based on VA provided Facilities Condition Assessments (FCA s), existing building data, past security assessments, current Capital Plans (SCIP and Master Plans), existing as-built building drawings, Site Plans, and Google Earth building visual analyses. Interviews will be scheduled and coordinated with required VA staff to obtain compliance knowledge. If as part of the document review and interview process, its determined sufficient information does not exist to determine a gap with the PSDM concepts, the AE will flag the applicable PSDM concept for the need of a future assessment. This task will apply to owned buildings identified in Attachments A and B. Task 3 Structural Analysis: To meet the physical security standards of the PSDM including but not limited to: (para/section 7 STRUCTURAL SYSTEM), the design team must include a certified physical security specialist as well as a licensed professional structural engineer who has specialized training in blast design and analysis. These specialists shall become part of the design team during the concept phase of any project. This manual assumes the use of qualified physical security and blast experts as required within the PSDM (para/section 1.5 Requirements for Physical Security Subject Matter Specialists) and other sections as applicable within the PSDM. There are sections of the VA PSDM requiring certain existing building or site components meet specified test levels, blast and or structural calculations. The VA is not requesting anti-ram testing, deflection calculations or testing, blast load calculations, or any other required structural system calculations. Where such items are specified in the VA PSDM, the risk assessments specified under Task 1 and Task 2 above will include any related VA provided information; and the limits of the non-invasive visual walkthrough specified under Task 1. Structural Analysis by a qualified structural engineer will be limited to providing high level input into the recommendations associated with Task 1 only which focuses on protection of the building exteriors from blast and vehicular ramming threats. The PSDM has been interpreted that Progressive Collapse review is not required for existing buildings. To address potential risk associated with the VA s PSDM Progressive Collapse requirements, analysis to be performed under Task 3 of this SOW will be limited to the development of a list of high risk owned and leased buildings based on a VA provided list of buildings that have not had a previous seismic study and that are more than one floor. The AE will develop a list of these buildings and develop recommendations in the summary report limited to those that would enhance building perimeter protection. This task will apply to buildings identified in Attachments A and B. Specific Scope Tasks: 1. Members of the A/E Analysis Team: The AE shall form a project team to work with the Leavenworth VA COR, representatives to create the VA/A-E Analysis Team, which shall include, at a minimum, Risk Analyst, Architect, Physical Security expert, and VA Planning and Engineering representatives. The Plan shall include their titles, roles, and contact information. 2. Gap Analysis and Recommendations: In support of Task 1 and 2 above, AE shall record and identify gaps and vulnerabilities between existing conditions and the PSDM concepts. The AE shall establish corrective action recommendations to be taken when buildings are deemed to be at risk or non-compliant with current PSDM s. 3. Risk Analysis Summaries: AE shall develop a Risk Analysis Summary integrating assessment findings that includes building numbers, risk elements related to the specified PSDM s concepts, and the corrective action recommendations to alleviate the risks for each building analyzed. The summaries shall also indicate whether the AE team judges the risk to be significant and briefly state the basis for that decision. The risk summaries and preferred corrective recommendations shall be organized into a spreadsheet report that can also be placed as a legend on the campus site diagrams. 4. Develop Rough Order of Magnitude Budget Estimates and Service Implications: AE shall develop high level cost and budget estimates, on a rough order of magnitude, to implement the recommended corrective actions for each building and portray the implications of the recommendations in terms of costs and interruption of services. 5. Campus Site Diagram: The AE will develop a campus-based site diagram to identify out of compliance deficiencies. The site diagram shall provide call-out symbols for each identified Task 1 and Task 2 deficiency placed at or near the location of the deficiency, crossed referenced to a summary legend placed on the diagram. The diagram should also include a graphical representation of non-compliant facility standoff distances to roads and parking. The diagram will color code mission critical and life safety buildings. To accommodate the data to be placed on the diagram, a standard 30X42 drawing size is acceptable. 6. Assessment Schedules: AE shall review Scope of Work, and then develop a work plan/process (work breakout structure - WBS) as well as a schedule of facility and building survey/analyses to be submitted to the Contracting Officer (C.O.) and Contracting Officer Representative (COR) for approval prior to start of the assessments. AE shall ensure the schedules include the dates, hours, and tasks to be applied to the assessments. 7. Master Plan Updates: AE shall create an Annex to the facility Master Plan at each major facility/healthcare system incorporating the findings of the risk assessment into the facility master plan. The AE shall compare all recommended corrective actions to the most recent SCIP Action plan and existing Master Plan and develop a report demonstrating additional projects that need to be added in SCIP Master Plans. The facility will be responsible for entering any needed projects into their Master Plans and SCIP plans. The annex will be a hard copy binder that includes the Campus Site Diagram, risk assessment findings, Task 3 high risk list of buildings for Progressive Collapse, recommended corrective actions, summary report, and list of projects to be added into the SCIP action plan. The A/E shall make recommendations to the VA representatives as to which deficiencies should be corrected through capital initiatives and which should be submitted for a waiver or exception. 8. The A/E shall be solely responsible for the Task Order management, including all associated labor, equipment, materials, mailing costs, and inspections, to meet the requirements of the study project. The A/E shall further provide meeting minutes for all meetings held under this study project. Data Gathering and Kickoff Meetings: The VA Contracting Officer (CO), VA Contracting Officer Representative (COR), and AE shall conduct a post award Kickoff meeting at the facility to discuss and develop a process and checklist for data gathering, collection of existing materials, and drawings. The statement of work will be reviewed, and the AE shall identify any questions or other issues which need to be addressed in the Task Order before AE begins the study. The Facility Team shall work collaboratively with the AE to provide data required with sufficient detail, in an appropriate format, and in a timely manner to complete the studies, surveys, and analyses. The AE will be expected to collect any additional data and information, as available, from both VA corporate and local VA sources that would enhance the survey. SPECIFIC WORK PROCESS The work processes for the data analyses, buildings assessments, corrective recommendations, Master Plan implementation of recommendations, and risk reviews shall be in accordance with the general schedule below. In accordance with FAR 36.204, the estimated magnitude of the design project is between $100,000.00, and $250,000.00. Period of performance shall not exceed 135 calendar days. Facility Requirements: The following shall be provided by the facility to AE: 1. Each facility shall determine who will make key decisions in support of the discrepancies, risk areas, and corrective action plans. T h e s e t eam members shall participate in the kickoff meeting before the onsite risk assessments and the final review summary. At a minimum this team shall include representation from Facility leadership, Engineering, Planning, Police, and Emergency Management & Safety. 2. Each facility shall provide a knowledgeable site engineer, familiar with the existing buildings and structures, to accompany the AE during any onsite risk assessment site reviews of main and leased facilities. 3. As available; the COR will provide access to applicable architectural schematic drawings to review existing buildings on facilities as well as any other visual photos, schemata, and drawings necessary to ascertain risk assessments for at risk buildings. The availability of drawings/documents of buildings are limited. B2 INDUSTRIAL HYGIENE SERVICES: NA B3 GOVERNMENT FURNISHED DESIGN CRITERIA: NA B4 DESIGN DELIVERABLES: A single tabbed binder for each campus to include the Campus diagram, final Building Assessment Analyses, Recommended Corrective Actions, Cost Estimates Reports. The binders shall be comprised of both written and electronic documentation (CD s) 2 copies for each medical center and one copy for the CAM office. The documents loaded on the DVD/CDs are to be word searchable capable formatting and will include any associated specifications. B5 DESIGN REVIEW AND COMPLETION SCHEDULE: The A/E shall perform the work required by this contract within 135 calendar days reflective of schedule below. The A/E shall provide Professional Architects and Engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Reviews on the following days: (6) CLAIMS AND TERMINATIONS: Provide documentation of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services. They will be examined. (7) REPUTATION IN A-E COMMUNITY: Provide documentation regarding reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. B7 ATTENDANCE AT CONFERENCES: I. Attendance at Construction Pre-Bid conference IS NOT required with regard to this task order but is encouraged. B8 STRUCTURAL ECONOMIC ANALYSIS: I. A structural economic analysis IS NOT required with regard to this task order. B9 STRUCTURAL/SEISMIC ANALYSIS: I. A structural/seismic analysis IS NOT required with regard to this task order. B10 CONSTRUCTION PERIOD SERVICES: NA The interim and final documents from this Task Order will be subject to review and approval (by signature) of all members of an Integrated Project Team ( IPT ) consisting of Medical Center personnel. These individuals will be identified by the COR by the first design review meeting. The A/E shall prepare a title sheet for each submission and phase as appropriate to receive approval signatures from members of the IPT. The COR will provide A/E with a copy of the Memorandum identifying IPT members. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Qualifications (SF330) submitted by each firm for Project #657-19-129 for VASTLHCS will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: (1) PROFESSIONAL QUALIFICATIONS: The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. A&E firms shall have licensed professional architects/engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Risk Analyst, Architect, Physical Security expert, Civil Engineer, Structural Engineer, Estimator, CAD operator, and Project Manager. (2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Specific experience and technical skill in the type and scope of work required to conduct a Physical Security Assessment for existing medical facilities and leased facilities, including, where appropriate, experience in conducting Physical Security Assessments in accordance with the Physical Security Design Manual (PSDM) which includes gap analysis, risk analysis, budget estimates, site diagrams, and structural analysis, will be examined. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (3) CAPACITY TO ACCOMPLISH WORK: The general work load and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. (4) PAST PERFORMANCE: The VA will consider at a minimum three past performance projects related to the Physical Security Assessments and/or design and construction that has met the current Physical Security Design Manual requirements that are complete and that the firm has completed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. (5) LOCATION OF DESIGN FIRM: The geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with VAAR 805.207(b). This criterion will apply to the office from which the majority of the design services will be performed. Firms within 350 miles of the medical center will receive a maximum score. Firms more distant than 350 miles will receive a zero score for this criterion. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25519R0096/listing.html)
 
Record
SN05361799-F 20190707/190705230018 (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.