Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
SOLICITATION NOTICE

Q -- Inflight 24/7 Medical Services - Attachment 1

Notice Date
7/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621493 — Freestanding Ambulatory Surgical and Emergency Centers
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND16592001Q2
 
Point of Contact
Tiffany N. Goodwin, Phone: 16612762289, Rosalia Toberman, Phone: 6612763931
 
E-Mail Address
tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov
(tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Requirements CLINs Pricing Detail This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement will be replacing FBO.gov Presolicitation NND16592001Q. This announcement constitutes the current solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) with five Contract Line Item Numbers (CLINs). The Offeror must price each CLIN for services as a monthly price and extended amount for the entire CLIN quantity for the base and each option year. See Attachment 1, Requirement CLINs Pricing Detail excel spreadsheet. The first CLIN is for the Base Period of subscription in-flight medical consultation service to support three NASA aircraft (a 747 airborne observatory, a DC-8 airborne laboratory, and a Gulfstream-III supporting airborne science). This service shall include a real-time medical consultation capability with a physician trained in the pathophysiologic aspects unique to aviation, in order to determine how best to manage an individual who may be manifesting medical symptoms in-flight. Potential resulting options from this consultation include 1) first-aid treatment onboard the aircraft; 2) medical diversion if necessary and feasible; or 3) continuation of the flight until landing. The vendor must have an around-the-clock "24/7" response capability by which the physician can be connected by phone patch to the Pilot In Command of the aircraft, in order to discuss the problem real-time, to solicit feedback, and to advise accordingly on potential options. This is a Firm Fixed Pricing RFQ for the Base Periods. Base Period: 10/01/2016 - 09/30/2017 Contract Line Item Numbers 2 - 5 will be for the subscription in-flight medical consultation service and the provision of first-aid and/or more advanced medical kit for each aircraft. The vendor is not required to provide an Automated External Defibrillator (AED). The vendor is responsible for stocking the kits with appropriate supplies and medications, and for the provision of such medications to include any prescription medications. The vendor is likewise responsible for tracking and appropriately replacing items that are about to expire. The provision of these kits starts in March 2017 for the DC-8 airborne laboratory and the 747 airborne observatory; provision starts in May 2017 for Gulfstream-III aircraft. This will be a Firm Fixed Price Quote supporting these three aircraft starting October 01, 2017, for four option years. Option Year 1: 10/01/2017 - 09/30/2018 Option Year 2: 10/01/2018 - 09/30/2019 Option Year 3: 10/01/2019 - 09/30/2020 Option Year 4: 10/01/2020 - 09/30/2021 The provisions and clauses in the NND16592001Q2 are those in effect through FAC 2005-89 effective July 14, 2016 The NAICS Code and the small business size standard for this procurement is 621493 and $15,000,000.00 in annual revenues respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Armstrong Flight Research Center, Bldg. 703, Palmdale CA 93550 is required within 30 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 2:00 P.M. PT on August 05, 2016 to tiffany.n.goodwin@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 52.222‐22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) NASA FAR Supplement (48 CFR Chapter 18) addenda to FAR 52.212-1 are indicated as follows and incorporated herein by reference with the same force and effect as if they were given in full text: N/A The Government may consider a late quotation or modifications to a quotation received after the date indicated for receipt of quotations but before the Government has made an offer, should such action be in the best interests of the Government. (End of Provision) If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (May 2015), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.232‐40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 1852.203‐71 Requirement to Inform Employees of Whistleblower Rights (August 2014) FAR 52.212‐5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS‐COMMERCIAL ITEMS (June 2016) is applicable and the following identified clauses are incorporated by reference. 52.203-6 ALT I, 52.204‐10, 52.209‐6, 52.219-8, 52.219‐14, 52.219‐28, 52.222‐3, 52.222‐19, 52.222‐21, 52.222‐26, 52.222.35, 52.222‐36, 52.222.37, 52.222-40, 52.222-41, 52.222-43, 52.222‐50, 52.222‐53, 52.223‐18, 52.225‐1, 52.225-3 Alt I, 52.225-13, 52.232‐33 FAR 52.212-2 (October 2014), Evaluation - Commercial Items is applicable as follows: SELECTION WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE SOURCE SELECTION PROCESS (to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. FAR 52.217-5 (July 1990), Evaluation of Options is applicable as follows: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). FAR 52.217-8 (November 1999), Option to Extend Services is applicable as follows: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) FAR 52.217-9 (March 2000), Option to Extend the Term of the Contract is applicable and as follows: (a) The Government may extend the term of this contract by written notice to the Contractor within 180 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc. All contractual and technical questions must be in writing (e-mail or fax) to Rosalia Toberman at rosalia.toberman-1@nasa.gov or faxed to 661-276-2243 not later than July 29, 2016. Telephone questions will not be accepted. SELECTION WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE SOURCE SELECTION PROCESS (FAR 15.101-2)] Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3 (Mar2016), Offeror Representations and Certifications - Commercial Items with their offer through the SAM.gov website. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). INSTRUCTIONS BLOCK INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION CAN BE SUBMITTED VIA EMAIL TO THE CONTRACTING OFFICER OR BY USING THE "ADD ADDITIONAL INFORMATION" BUTTON ON THE PREVIOUS SCREEN The provisions and clauses in this RFQ are those in effect through FAC 2005-89 effective July 14, 2016. 52.204‐7, System for Award Management (JUL 2013) 52.204‐16, Commercial and Government Entity Code Reporting (JUL 2016) 52.204‐18 Commercial and Government Entity Code Maintenance (JUL 2015) ADDITIONAL INSTRUCTIONS INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION MUST BE SUBMITTED TO THE CONTRACTING OFFICER OR BUYER. (a) Amendments to this RFQ. It is the vendor's responsibility to monitor FedBizOpps.gov for the release of any amendments to this RFQ. (b) Brand name or equal quotes. If quoting "or equal" items, please provide manufacturer(s) and part number(s) VIA EMAIL TO THE CONTRACTING OFFICER OR BUYER. (c) Costs of quote preparation. This RFQ is not an order. This is a request for information, and quotations furnished are not offers. This RFQ does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND16592001Q2/listing.html)
 
Place of Performance
Address: NASA - Armstrong Flight Research Center, 2825 E. Ave P., Bldg. 703, Palmdale, California, 93550, United States
Zip Code: 93550
 
Record
SN04190544-W 20160723/160721234602-d2c4af0813c0be6c3f453bfc336970fc (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.