Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2025 SAM #8530
MODIFICATION

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

Notice Date
4/2/2025 11:38:25 AM
 
Notice Type
Solicitation
 
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
5/6/2025 11:00:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Natasha J. King, Natasha King
 
E-Mail Address
larc-ohss3@mail.nasa.gov, natasha.j.king@nasa.gov
(larc-ohss3@mail.nasa.gov, natasha.j.king@nasa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
You are invited to submit a quote in response to the National Aeronautics and Space Administration (NASA) Langley Research Center�s (LaRC�s) 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. NASA will conduct this acquisition as a 8(a) set-aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 621999 and the small business size standard is $20.5M. This competitive acquisition will result in a Firm-Fixed Price (FFP) Contract Line Item Numbers (CLINs) for the core services. The resulting award will also include a Cost No Fee Other Direct Cost (ODC) CLIN. The contract will have 30-day transition period and have up to a 5-year period of performance (2-year base period and three 1-year option periods). The anticipated contract award date is July 31, 2025, with a September 1, 2025, contract effective date. The contract will be performed onsite at NASA Langley Research Center in Hampton, VA. Potential quoters should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence: 1. 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 September 1, 2025. This is not a separately priced line item. 2. The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance. 3. Pre-Quote Conference � A pre-solicitation conference will be held on Tuesday, April 22, 2025, from 1:00 pm to 3:00 pm Eastern Time. Please reference Section C.2.2 1852.215-77 Pre-Quote Conference clause for the instructions on how to register which must be done by April 14, 2025. The clause also explains the clause to reference regarding the requirements for access to NASA Langley Research Center. 4. NASA has determined that this acquisition will be an 8(a) set-aside. Offerors should refer to clause A.2.8 FAR 52.219-18 Notification of Competition Limited to Eligible 8(a) Participants, for guidance on how to determine 8(a) eligibility including for a Joint Venture. a. Clause A.2.8 FAR 52.219-18(b) expressly stated �by submission of its offer, the Offeror represents that it meets the applicable criteria set forth in paragraph (a) of this clause. b. Clause A.2.8 FAR 52.219-18(c) provides the reference to 13 CFR 124.501(g) for determination of participant eligibility. 5. NASA Langley Research Center appreciates the comments received in response to the release of the Draft RFQ. These comments resulted in improvements to the quality and content of the overall RFQ. Quoters should review the RFQ in its entirety, as its content has changed from the Draft RFQ version. The following list identifies some areas where significant changes or clarifications have been made from the Draft RFQ to this final RFQ. a. Clause 52.237-7 Indemnification and Medical Liability Insurance has been added. b. Attachment 5 Historical Current Data has been added. c. Exhibit D Position Description has been updated. d. Section C.2.11(c) and C.2.12.(d)(1) have been updated to align and to indicate what can be submitted if there is no adequate accounting system determination. e. Exhibit A PWS has been updated in section 2.19 to align with section 1.4. f. A system update notice was added to Section C.1.2 of the solicitation. g. Section C.2.1 Communication Regarding this Solicitation: the date to send questions has been updated to April 25, 2025. h. Section C.2.3 Anticipated Award, Effective Date and Period of Performance: the anticipated award date is updated to July 31, 2025, with an anticipated effective date of September 1, 2025. This list is not intended to cover all changes nor describe all RFQ requirements. Offerors should carefully review the RFQ in its entirety. 6. Be advised, in accordance with Section C.2.10(g), quoters need to encourage their references to submit their Past Performance Questionnaires directly to the Contracting Officer prior to proposal due date. 7. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal. Potential Quoters should pay close attention to the PWS as there have been changes to the PWS since the Draft RFQ. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, in particular paragraph (g), which states that the Government intends to evaluate offers and award a contract without discussions with offerors. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy required all acquisition-related documents be released in Adobe Portable Document Format (PDF), except the Microsoft Excel Documents. Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference/technical/bidders library 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 Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf This RFQ does not commit NASA Langley Research Center to pay any proposal preparation costs, nor does it obligate NASA Langley Research Center to procure or contract for these services. 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. Quotes submitted in response to this solicitation shall be due no later than May 6, 2025, 2:00PM EST, unless otherwise extended by amendment to the solicitation. 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 accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFQ should be submitted in writing, electronically to Natasha King, Contract Specialist, at larc-ohss3@mail.nasa.gov with a CC: to natasha.j.king@nasa.gov on or before April 25, 2025 no later than 2:00PM EST. Quoters are encouraged to submit questions as soon as possible for consideration. Thank you for your support. We look forward to receiving your proposals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/58837848b89349b9b0a8d13f5c32f24c/view)
 
Place of Performance
Address: Hampton, VA 23681, USA
Zip Code: 23681
Country: USA
 
Record
SN07394487-F 20250404/250402230046 (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.