SOURCES SOUGHT
Q -- Occupational Health Services
- Notice Date
- 1/7/2020 8:01:02 AM
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- NASA ARMSTRONG FLIGHT RESEARCH CNTR EDWARDS CA 93523 USA
- ZIP Code
- 93523
- Solicitation Number
- 80AFRC20SS0009
- Response Due
- 1/13/2020 4:00:00 PM
- Archive Date
- 01/28/2020
- Point of Contact
- Nydia E. Wilkinson, Phone: 6612762092, Jenny Staggs, Phone: 6612767029
- E-Mail Address
-
nydia.e.wilkinson@nasa.gov, jenny.y.staggs@nasa.gov
(nydia.e.wilkinson@nasa.gov, jenny.y.staggs@nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Aeronautics and Space Administration (NASA) Neil A. Armstrong Flight Research Center (AFRC) is hereby soliciting information about potential sources for the Occupational Health Services. NASA AFRC is seeking capability statements from Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD� VOSB), Historically Underutilized Business Zone (HUB Zone) 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 the specific services covered under the Occupational Health Service Program which are: Industrial Hygiene, Health Physics (i.e. Radiation Safety), Occupational Medicine (to include Occupational Health Nursing) and Fitness Center Management. Services specifically EXCLUDED from this PWS are: Employee Assistance Program (EAP), Workplace Drug� Testing (including Specimen Collection and/or Medical Review), Workers' Compensation Case Management, and Environmental Management. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUB Zone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this procurement is 621999, All Other Miscellaneous Ambulatory Health Care Services with a size standard�of $16.5 million dollars annually. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on Beta.Sam.Gov. It is the potential offerors responsibility to monitor Contract Opportunities within the beta.SAM.gov website for the release of any solicitation. Interested offeror/vendors having the required specialized capabilities to meet the requirement herein should submit a Capability Statement of five pages or less (Minimum font Size 12). It is not sufficient to provide only general brochures or generic information. Responses should include the following: (a) Name, Address, and Point of Contact for Firm; (b) Size of Business (large, small, 8(a), veteran-owned small business, service-disabled veteran- owned small business, Hub Zone, small disadvantaged, woman-owned small business) and the validity dates for the size designation; (c) Contract Number, Description, and Contact Information for existing Federal Contractual Vehicles; (d) Personnel and Staffing Capabilities, Qualifications, and Certifications to perform the required work and; (e) Specific Examples and Customer Contact Information demonstrating successful experience in Occupational Health Services Support including the (1) Operation of an Industrial Hygiene function; (2) Provision of an Occupational Health Facility; and (3) Operation of a Fitness Program and Fitness Center. Provide your DUNS number and CAGE Code as registered in the SAM.gov website. Please advise if the requirement is considered to be a commercial or commercial� type service, as defined in FAR 2.101. 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. This is a Sources Sought notification to be used for information purposes only including for preliminary planning purposes to assist NASA AFRC in its procurement strategy, to assess capabilities and qualifications of potential offerors, to gain knowledge of interest, and to support any potential set� asides. All responses shall be submitted in writing to Nydia E. Wilkinson at nydia.e.wilkinson@nasa.gov no later than January 13, 2020 @ 4:00pm PST. Please reference 80AFRC20SS009 in any response.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fd48fd5f9a2e4db989385d88b6aa7776/view)
- Place of Performance
- Address: Edwards, CA 93523, USA
- Zip Code: 93523
- Country: USA
- Zip Code: 93523
- Record
- SN05528701-F 20200109/200107230137 (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 |