UPDATE: The following documents have been uploaded to the attachments section:
1 - Response to Q&A 20 Jul 22
2. SOW 29 Jun 22 rev 1 as of 20 Jul 22
3. RSA Campus Design Guide
4. RSA Construction Standards Version Vol 1 v22.0
5. RSA Construction Standards Version Vol 2 v22.0
The Federal Bureau of Investigation (FBI) requires the design and installation of a centralized fire and life safety control and
monitoring command interface system. All future fire alarms and mass notifications systems will interfaace with the chosen system
selected from this procurement.
To ensure timely and equitable evaluation of your proposal, you must follow the instructions contained herein. Proposals must be
comprehensive, complete, self-sufficient, identify any discrepancies or exceptions taken to the RFP, and respond directly to the
requirements of this solicitation.
Proposals shall be divided into two separate volumes (Volume I - Technical Approach and Past Performance and Volume II - Price)
Offerors shall provide an electronic response specified within the page limits referred hereinafter. The page limits are maximums,
not recommended lenghts. If page limitations are execeed, the excess pages may not be read or considered in the evalutation of the proposal. Offeror(s) are strongly encouraged to keep their responsed focused and brief. The cover page is not included in the
page count; however the cover page may not exceed one page. If this exceeds one page, the additional page will be counted against the page count.
Volume I -
Technical Approach (25 pages) - understanding the requirements/ability to complete the needs of the requirement set forth in PWS
and other attachments
Past Performance (7 pages) - provides details of past performance on design and installation of a centralized fire and life safety control and monitoring command interface systems.
Volume II - see attached SF 1449 - Schedule of Supplies/Services
NOTE: Files shall be searchable. No file shall be password protected unless directed in this RFP.
Questions and Answers
All questions and/or clairifcations regarding the RFP shall be submitted via email to Andrea Dailey, amdailey@fbi.gov and Sherry
Trowbridge sbtrowbridge@fbi.gov by 7 July 22 11:00 am CST. Any questions/comments submitted after the deadline will not be
accepted unless determined to be in the best interest of the procurement by the Contracting Officer.
The Government reserves the right to award without seeking clarifications or having discussions. Therefore, the Offeror’s proposal
must contain the Offeror’s best terms. However, the Government reserves the right to solicit clarifications or conduct discussions of
the Offeror’s proposal, if the Contracting Officer determines them to be necessary.
Proposal Submittal Instructions: electronic copy of proposal is due by 3 Aug 22 NLT 11:00 am CST
Proposal shall be submitted via E-mail to the Andrea Dailey, amdailey@fbi.gov and Sherry Trowbridge
sbtrowbridge@fbi.gov
Proposals and any modifications or revisions, shall be sent via E-mail to and Andrea M. Dailey at amdailey@fbi.gov and
Sherry Trowbridge sbtrowbridge@fbi.gov
Proposals may be withdrawn by written notice received at any time before award.
The Offeror shall include the point of contact (name, telephone number, e-mail address, and fax number) that can assist with technical questions/problems associated with the Offeror’s proposal submission
TECHNICAL APPROACH
The Offeror must provide a statement, not to exceed 25 pages, exemplifying their understanding of the requirement and their
technical approach to performing the tasks under the requirement, in accordance with the SOW and attachments. The Offeror shall
clearly address, and provide credible evidence that it has the methodologies and capabilities to effectively execute and manage the
contract efficiently and effectively. The Government will evaluate the degree to which the Offeror’s approach clearly demonstrates an effective approach to managing cost, schedule, and technical performance.
Certification/Licenses: The Offeror shall provide a copy of their business' current and valid certifications/licenses
Tehnical Capability: The Offeror shall provide in detail their approach to meeting the requirements of the Statement of Work Section
3 Requirements.
PAST PERFORMANCE
The Offeror shall show past performance of related work. This description shall include such information as types of
services provided, years of experience, and any awards or other honors bestowed on the company by industry associations or other recognized entities. The Offeror will be evaluated on the Past Performance record provided as part of the proposal and any other relevant Past Performance information obtained from other sources which may include:
Contractor Performance Assessment Reporting System (CPARS), Past Performance Information Retrieval System (PPIRS), and
information from any other sources deemed appropriate.
Section M - Evaluation Factors for Award
Basis for Award
The Government’s intent is to evaluate the submitted proposals against the criteria set forth below and then make award on Best Value basis considering price and other factors (tradeoffs). The Government anticipates selecting the awardee(s) based upon initial proposal received; therefore, contractors are advised to submit their best price and technical quotes in the initial submission.