|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1,1999 PSA#2466NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA
93523-0273 Q -- OCCUPATIONAL HEALTH AND MEDICAL SERVICES SOL RFO4-00015-RJR DUE
111599 POC Roberta J. Ross, Contracting Officer, Phone (661) 258-3143,
Fax (661) 258-2904, Email roberta.ross@dfrc.nasa.gov -- James M.
Hillman, Contracting Officer, Phone (661) 258-2457, Fax (661) 258-2904,
Email jim.hillman@mail.dfrc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/DFRC/date.html#RFO4-00015-RJR. E-MAIL: Roberta
J. Ross, roberta.ross@dfrc.nasa.gov. NASA/DFRC is hereby soliciting
information for qualified small business firms on potential sources for
Occupational Health and Medical Services. These services include: 1.
Field Emergency Response -- Provide initial 911 field emergency
response and initial medical treatment to the Advanced Cardiac Life
Support (ACLS) level and non-ACLS limited response for CPR and
defibrillation. 2. Employee Medical Services (Health Unit) -- Provide
initial emergency and urgent medical treatment. Provide occupational
medical support and general health maintenance medical evaluations for
all civil service employees and selected job-related examiniations for
certain on-site contractor employees, as well as initial occupational
injury treatment for all employees. Contractor physicians shall be
fully qualified flight surgeons capable of performing all requirements
of First Class FAA medical examiniations. 3. Space Transportation
System (Shuttle) Medical Support -- Provide emergency medical services
for personel tasked to perform space shuttle operations, provide
assistance to the Johnson Space Center flight surgeons, and
provide/assure training for AFFTC (Edwards AFB) physicians and nurses.
4. Health Maintenance/Fitness Center Programs -- Provide development
and implementation of a wide range of health and fitness programs with
the objective of preventing occupational illness and injury and
promoting general health. Includes, but not limited to: exercise
programs, fitness evaluations, and education and training sessions. 5.
Off-site Employee Assistance Program (EAP) Services -- Provide for
off-site referral of employees with alcohol/drug abuse, psychological
disorders, and relationship problems including 24-hour availability fo
remergency treatment. The solicitation for these services will be
written with specific performance-based characteristics and is expected
to result in a fixed price, indefinite delivery/indefinite quantity
(IDIQ) contract. No solicitation exists; therefore, do not request a
copy of the solicitation. If a solicitation is released it will be
synopsized in the CBD and on the NASA Acquisition Internet Service. It
is the potential offerors responsibility to monitor these cites for
the release of any solicitation or synopsis. Interested
offerors/vendors having the required specialized capabilities to meet
the above requirement should submit a capability statement of ten (10)
pages or less indicating the ability to perform all aspects of the
effort described herein. Responses must include the following: name and
address of firm, size of business; average annual revenue for past 3
years and number of employees; ownership; whether they are large,
small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number
of years in business; affiliate information: parent company, joint
venture partners, potential teaming partners, prime contractor (if
potential sub) or subcontractors (if potential prime); list of
customers covering the past five years (highlight relevant work
performed, contract numbers, contract type, dollar value of each
procurement; and point of contact -- address and phone number).
Technical questions should be directed to: James S. Moeller at
(661)258-2258, james.moeller@dfrc.nasa.gov. Procurement related
questions should be directed to: Roberta J. Ross at (661)258-3143,
F#(661)258-2904, or roberta.ross@dfrc.nasa.gov. Please advise if the
requirement is considered to be a commercial or commercial-type
product. A commercial item is defined in Internet "Note A". 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. The
Government anticipates this procurement will be reserved for qualified
small business firms on an unrestricted competition. The Standard
Industrial Classification (SIC) code for this requirement is 8011: the
corresponding size standard is $5.0M per year (annual average gross
revenue for the last 3 fiscal years). All responses shall be submitted
to Attn: D1422/Roberta J. Ross, NASA Dryden Flight Research Center,
P.O. Box 273, Edwards, CA 93523-0273 no later than November 15, 1999.
In responding reference RFO4-00015-RJR. Any referenced notes can be
viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Posted 10/28/99 (D-SN396021). (0301) Loren Data Corp. http://www.ld.com (SYN# 0058 19991101\Q-0005.SOL)
Q - Medical Services Index Page
|
|