SOURCES SOUGHT
99 -- Anti-Terrorism/Security Threat assessment evaluation and reports
- Notice Date
- 11/7/2023 3:46:29 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0078
- Response Due
- 11/7/2023 5:30:00 PM
- Archive Date
- 01/06/2024
- Point of Contact
- Nick Price, Contracting Officer
- E-Mail Address
-
Nicholas.Price@va.gov
(Nicholas.Price@va.gov)
- Awardee
- null
- Description
- The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 20 (NCO 20) is conducting a market survey and is seeking potential sources for an Anti-Terrorism/Security Threat assessment evaluation and report .This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Responses shall be submitted to Nick Price at Nicholas.Price@va.gov by COB 11/27/2023 SUBJECT: RFI 36C26024Q0078 Anti-Terrorism/Security Threat assessment evaluation and report This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item. Interested companies shall provide, at a minimum, the following information with their response; Company Name and Address: Point of Contact (POC) Name: Email Address: Phone Number: DUNS Number/UNIQUE SAM ID: Brochures of their offered equipment. The anticipated North American Industry Classification System (NAICS) 561621. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Please answer the following questions: [ ] yes [ ] no - Does not exceed 1,000 employees; (for NAICS 334516) must be verifiable thru the System for Award Management) [ ] yes [ ] no Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [ ] yes [ ] no Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Anti-Terrorism/Security Threat assessment evaluation and report Scope of Work: This scope of work is that will assist the Roseburg VA Medical Center in enhancing the protective posture of its campus and assets (People, Information, Physical Assets and Building Infrastructure) through a comprehensive Threat, Vulnerability and Risk Assessment. Per the PSRDM 1.8, Requirements for Subject Matter Specialists In order to meet the physical security and resiliency requirements of this manual, as appropriate to the scope of the project, the design team must include: (1) a certified physical security specialist with an emphasis on risk and vulnerability assessments, physical security design and CPTED, and anti-terrorism force protection. Additionally the results of this risk assessment will then be used as the campus security master plan, per PSRDM 2.2, thus enabling the VA Station to seek funding (via SCIP, etc.) per the DUSHOM 28 July 2015 Directive regarding implementation. a. Project Scope and Objectives: The project objectives of the VA are but not limited to as follows: Preparing a risk assessment is to identify the assets and people that need to be protected. Threat/hazard analysis is performed to identify and define the threats and hazards that could cause harm to a building and its occupants. Threats and hazards must be measured against the overall facility and each Critical function and system it contains or supports. Assets are identified, a vulnerability analysis is performed to identify weaknesses. Consequences to the mission that would result from a hazard event or a successfully executed threat are defined. Using the results of the asset s threat/hazard, vulnerability, and consequences analyses, risk is determined. See Chapter 2 Direction on Using the Physical Security and Resiliency Design Manual for additional information. Conduct site visits after award in order. Generate a threat assessment report to points of contact at the facility no later than July 1, 2024. Desired attributes 5 Years experience and documented past performance generating threat assessment reports and security inspections for VA Campuses See flow chart below for Deviation/Equivalency Process by Project Specific Risk Assessment. References: The following criteria shall be used to develop the design (including but not limited to): Physical Security and Resiliency Design Manual PG-1-238 Technical Information Library http://www.cfm.va.gov/TIL/ Master Construction Specifications PG-18-1 Design & Construction Procedures PG-18-3 CAD: National CAD Standard, VHA Application Guide and Standard Details PG-18-4 Equipment Guide List PG-18-5 Space Planning Criteria, and VA SEPS PG-18-9 Design Manuals PG-18-10 Design Guides PG-18-12 Accessibility and Barrier Free Design Guide PG-18-13 Room Finishes, Door, and Hardware Schedules PG-18-14 A/E Design Submission Instructions PG-18-15, Volume B Environmental compliance Manual PG-18-17 Hardware (Equipment) Symbols H-08-6 VAMC Approved Hardware Locking Standards H-08-6 Seismic Design Handbook H-18-8 Cultural Resource Management Procedures H-7545 Space Planning Criteria H-7610 (All related Chapters) VA HVAC Design Criteria VA Signage Standards M-00-2 VA Interior Finish Standards Mem. 138.13
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/669908ac88b74ef1ba4ae085c309f0da/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Roseburg Health Care System 913 NW Garden Valley Blvd, Roseburg, OR 97471, USA
- Zip Code: 97471
- Country: USA
- Zip Code: 97471
- Record
- SN06878931-F 20231109/231107230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |