Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1,1999 PSA#2466

NASA/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