MODIFICATION
99 -- NASA Comprehensive Occupational Medical Program
- Notice Date
- 1/12/2017
- Notice Type
- Modification/Amendment
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG17011117R
- Point of Contact
- Lisa Bednarik, Phone: 3012863897, Karen Smith, Phone: 301-286-5491
- E-Mail Address
-
Lisa.A.Bednarik@nasa.gov, karen.m.smith@nasa.gov
(Lisa.A.Bednarik@nasa.gov, karen.m.smith@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC), is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Occupational Health Services. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. This requirement is for providing a Comprehensive Occupational Medical Program to all NASA facilities for the following locations: Armstrong Flight Research Center, AMES Research Center, Glenn Research Center, Goddard Space Flight Center, NASA Headquarters, Johnson Space Center, Kennedy Space Center, Langley Research Center, Marshall Space Flight Center, and Stennis Space Center. The required services will include Occupational Medicine, Environmental Health (including Safety, Industrial Hygiene and Radiological Health), Health Promotion and Wellness, and Employee Assistance. A draft Statement of Work is attached for information purposes. The North American Industry Classification System (NAICS) code for this procurement is 621999, All Other Miscellaneous Ambulatory Health Care Services. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. Capability Statements shall be submitted electronically, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement, exclusive of the one page summary, shall not exceed 10 pages (including attachments) and shall contain a minimum font size of 12. Additionally, the Capability Statement shall list, at a minimum, 2 customer contacts covering the past 5 years (highlighting relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). The Occupational Medical Program services are currently procured by each individual NASA Center and there is not one agency incumbent. This Request for Information (RFI) consolidates the Agency’s requirements to determine capabilities within the industry to support multiple locations with varying requirements. The response should include an explanation of the company’s ability to meet the requirements in the attached SOW based on their current in-house competencies to perform each function. Providing examples or existing contracts where the company is currently providing the services identified by NASA, will be helpful in assessing the overall capability of the company. To facilitate a prompt review, a one-page summary shall be included with your capability statement(s), which shall identify your company's specific capabilities that are relevant (and reflect the magnitude) to these requirements. The one page summary will not count against the page limit. The one page summary shall include: (1) Company's name, address, primary POC and telephone number (2) Size of business (3) Company's average annual revenues for the past 3 years and total number of employees (4) Ownership (5) Number of years in business (6) Company's Government size standard / type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business) (7) Affiliate information: parent company, joint venture partners, prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number (8) Applicable NAICS Code(s) (9) DUNS number and cage code It is not sufficient to provide only general brochures or generic information. NASA GSFC encourages qualified Joint Venture business arrangements to submit capability statements as well. Responses shall include the company's specific area of interest in this acquisition as being either a potential Prime contractor or Subcontractor. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. Respondents will not be notified of the results of the Capability Statement review. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Your response is required no later than January 18, 2017 at 4:30 p.m. Eastern Standard Time (EST) and reference Enter RFI # in any response. Responses shall be submitted to Lisa A. Bednarik no later than the response date. Oral communications are not acceptable in response to this RFI. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG17011117R/listing.html)
- Place of Performance
- Address: Various NASA locations, United States
- Record
- SN04370550-W 20170114/170112234536-faf386f4dd10cc08ab7aaf95535a4ed4 (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 |