Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2025 SAM #8475
SOLICITATION NOTICE

Q -- Draft Request for Quote for Occupational Health Support Services III (OHSS III)

Notice Date
2/7/2025 5:34:16 AM
 
Notice Type
Presolicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
80LARC25Q7001
 
Response Due
2/14/2025 11:00:00 AM
 
Archive Date
03/01/2025
 
Point of Contact
Natasha J. King
 
E-Mail Address
larc-ohss3@mail.nasa.gov
(larc-ohss3@mail.nasa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Occupational Health Support Services III (OHSS III) solicitation. The principal purpose of this requirement is to provide a comprehensive Occupational Health Program for NASA LaRC as described in the draft Exhibit A � Performance Work Statement (PWS) at NASA Langley Research Center (LARC), Hampton, VA. Potential quoters are encouraged to comment on all aspects of the draft solicitation including any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work. Potential quoters should also identify any unnecessary or inefficient requirements. Additional areas of emphasis that NASA is seeking feedback on include: a. Technical Considerations: clarity and content of the Technical Considerations (reference Section C.2.9 and Section E.5) b. Past Performance Criteria: clarity and content of the Past Performance Evaluation Criteria (reference Section C.2.10 and Section E.6), particularly: Clarity of what is expected for �content� (C.2.10(d)), specifically the Technical Performance Areas identified in C.2.10(d)(11). Clarity for meeting �Somewhat Pertinent� rating for �size� (C.2.10(d)(11))? Clarity of definition for meeting �significant subcontractor� percentages (C.2.10(b)) c. Cost Proposal Volume: Clarity of what is required in C.2.11 and Attachment 1 - Pricing Forms. Clarity in how Total Proposed Price will be evaluated. d. Method of Evaluation (E.4): Clarity of evaluation of technical proposals, and tradeoff between Past Performance and Cost/Price Factors. This competitive acquisition will result in a Firm-Fixed Price (FFP). The contract is anticipated to have a 5-year potential period of performance for core services that will include a 2-year base followed by three 1-year option periods. Following is a summary of the CLIN structure and anticipated period of performance: CLINs Description Contract Type Period of Performance 0001 Baseline Services FFP 2 years 0002 Other Direct Cost (ODC) FFP 2 years, will extend if options are exercised Cost Reimbuseable (No Fee) 2001 Opt. 1: Baseline Services FFP 1 year if option is exercised 3001 Opt. 2: Baseline Services FFP 1 year if option is exercised 4001 Opt. 3: Baseline Services FFP 1 year if option is exercised The North American Industry Classification System (NAICS) code for this acquisition is 621999 and the small business size standard is $20.5M. Potential offerors should ensure its company is listed in the online database(s) for the following: System for award management: https://www.sam.gov/SAM/ U.S. Department of Labor Veterans� Employment and Training Service, VETS-4212 Reports: https://vets4212.dol.gov/vets4212/ Date Universal Numbering System (and the transition to the US Government�s unique entity identifier (UEI)): https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/iae-information-kit/unique-entity-identifier-update The successful offeror must pass an Equal Employment Opportunity (EEO) clearance before contract award (See FAR 22.805). The current planned release date for the Final Request for Quote (RFQ) is on or about February 24, 2025, with quotes being due approximately 49 calendar days later on April 14, 2025. The anticipated contract award date is June 30, 2025, with an August 1, 2025, contract effective date. The following additional information is provided to assist in understanding this acquisition: The government intends to award the contract with sufficient time to allow the contractor a 30-day period to position itself for performance beginning on August 1, 2025. Pre-Quote Conference � A pre-solicitation conference will be held on Tuesday, March 19, 2025, from 1:00pm, to 3:00pm Eastern Time. Additional information will be forthcoming. Continue to check www.SAM.gov for updates. Proposals for this solicitation are required to be submitted through NASA�s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA�s EFSS Box� which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy requires all acquisition-related documents be released in Adobe Portable Document Format (PDF). Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online references will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable. The Ombudsman for this acquisition is Teresa Hass, teresa.m.hass@nasa.gov, or (757) 864-8496. This DRFQ is not a solicitation and NASA is not requesting proposals. This DRFQ does not commit NASA to pay any proposal preparation costs, nor does it obligate NASA to procure or contract for this requirement. This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Comments regarding the DRFQ should be submitted electronically in writing, to Natasha King at LARC-OHSS3@mail.nasa.gov and cc: natasha.j.king@nasa.gov no later than 2:00 PM EDT on Friday, February 14, 2025. Telephone questions will not be accepted. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately. However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response. The Government will consider all comments received in preparation of the Final RFQ. To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFQ. Some DRFQ questions and comments may receive a posted response to the Government Point of Entry (GPE) if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation. The Government may also respond via the GPE to comments and/or questions received following the issuance of the Final Request for Quote (RFQ).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78bbd884653c4272b61d4baa1fb08726/view)
 
Place of Performance
Address: Hampton, VA 23681, USA
Zip Code: 23681
Country: USA
 
Record
SN07336676-F 20250209/250207230028 (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 |
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.