Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOURCES SOUGHT

B -- HUMAN HEALTH AND PERFORMANCE

Notice Date
9/23/2011
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ11399614L
 
Response Due
10/14/2011
 
Archive Date
9/23/2012
 
Point of Contact
Perry L. Mueller, Contract Specialist, Phone 281-483-7158, Fax 281-244-0995, Email perry.l.mueller@nasa.gov
 
E-Mail Address
Perry L. Mueller
(perry.l.mueller@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Johnson Space Center (JSC) is planning a follow-on competition to thecontract requirements for the current Bioastronautics Contract (BC), NAS9-02078, endingApril 30, 2013, which will include the requirements of the Occupational Medicine andOccupational Health Contract (OMOHC), NNJ06HB47C. The overall scope of BC and OMOHC includes the following: a.fundamental and applied biomedical and space cell biology research anddevelopment; b.operational space medicine;c. operation of the Space Life Sciences Directorate (SLSD) laboratories;d. the application of space environmental factors, human factors, human systemintegration and biomedical engineering;e. design, development, test, and evaluation of biomedical flight hardware; andf. integration of payloads, experiments, and hardware with the International SpaceStation. g.Flight Medicine, Occupational Medicine, Human Test Support, and OccupationalHealth.The contract name for the follow-on for the above scope is the Human Health andPerformance Contract (HHPC). The following areas may assist in implementing the abovescope and are anticipated to be major functions of the HHPC, but are not limited to: 1. Mission and Projects Management, 2. Business and Institutional Management including the implementation of innovation andstrategy; support to the NASA Center of Excellence for Collaborative Innovation andcoordination of the NASA Human Health and Performance Center (NHHPC) and3. Future human space flight development and operations. SLSD, its constituent divisions of Habitability and Environmental Factors, HumanAdaptation and Countermeasures, Space Medicine, and the Human Research Program (HRP),have the primary responsibility for implementing the above scope. The flight hardwarefunction is a shared responsibility with the Engineering Directorate. The external SLSDwebsite is http://www.nasa.gov/centers/johnson/slsd/index.html.The HHPC North American Industry Classification System (NAICS) Code is 541711 and thenumber of employees is 500. The current BC is a Cost-Plus-Award-Fee (CPAF) hybrid,consisting of baseline contract scope, Indefinite Delivery, Indefinite Quantity (IDIQ),and Level of Effort (LOE). The current OMOHC is Cost-Plus-Award-Term with baselinecontract scope and level of effort).The intent of this Request for Information (RFI) is to solicit comments from industryregarding acquisition strategies. Industry is invited to review Attachment 1, Request forInformation on Potential Procurement Approach, and provide feedback on the specific areasrequested in the Attachment, as applicable. The current BC and OMOHC Statement of Work (SOW) and other pertinent documents arelocated at the procurement website: http://procurement.jsc.nasa.gov/HHPC/. Thesedocuments are for information and planning purposes only and to allow industry theopportunity to comment, as well as promote competition. Confidential, proprietary,competition sensitive, or business information shall not be submitted in response to thisRFI as the information submitted in response to this RFI may be used in developing afuture contract strategy. Responses to the RFI shall include the company name, address, and point of contact. TheGovernment intends to release the company names, addresses, and points of contact of allrespondents unless specifically requested not to do so by the respondent. Thisinformation will be provided on the HHPC procurement website in an interested partieslist.Any communications in reference to this RFI shall cite the RFI number in thesubject line and be directed to the point of contact identified in the RFI. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot beaccepted by the Government to form a binding contract. The Government is under noobligation to issue a solicitation or to award any contract on the basis of this RFI. TheGovernment will not pay for any information solicited. No evaluation letters and/orresults will be issued to the respondents. You are requested to provide electronicresponses (limited to 20 pages using no less than 12 point Times New Roman font) viae-mail to jsc-hhpc@mail.nasa.gov. Your response is requested by 4:00 p.m. CDT on October14, 2011. No solicitation exists; therefore, do not request a copy of the solicitation.If a solicitation is released it will be synopsized in FedBizOpps and on the NASAAcquisition Internet Service. It is the potential offerors responsibility to monitorthese sites for the release of any solicitation or synopsis. The Government intends toreview the responses submitted by Industry. This data will not be shared outside theGovernment, however, the Government may use this data to develop future requirements. Therefore, any data that is submitted as part of a companys response that is markedProprietary will not be reviewed and will be returned to the respondent.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11399614L/listing.html)
 
Record
SN02590938-W 20110925/110924000454-65b4ee713b94c6ef7d00bfbb2693d157 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.