Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

Q -- NASA Medical Emergency Evacuation and Repatriation Services (MEERS)

Notice Date
10/16/2020 10:24:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624230 — Emergency and Other Relief Services
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC020R0035
 
Response Due
10/28/2020 11:00:00 AM
 
Archive Date
11/12/2020
 
Point of Contact
Jennifer Forhy, Phone: 321-867-4726
 
E-Mail Address
jennifer.d.forhy@nasa.gov
(jennifer.d.forhy@nasa.gov)
 
Description
October 16, 2020 � This notice is being amended to provide notification that changes are still forthcoming regarding required inspections.��At this time, the proposal due date is being extended to October 28, 2020, in order to allow time for the updates to be finalized. October 13, 2020 � This notice is being amended to provide notification that changes are still forthcoming regarding required inspections.��At this time, the proposal due date is being extended to October 16, 2020, in order to allow time for the updates to be finalized. September 25, 2020 � This notice is being amended to provide notification that changes are still forthcoming regarding required inspections.��At this time, the proposal due date is being extended to October 9, 2020, in order to allow time for the updates to be finalized. September 18, 2020 � This notice is being amended to provide notification that changes are forthcoming regarding required inspections.� A follow-up notice/amendment will be posted next week with the updates/changes regarding inspections. �In addition, the period of performance dates have been revised to reflect 12/01/20 through 11/30/21, with four 1-year option periods.� At this time, the proposal due date is being extended to September 25, 2020.� September 8, 2020 - This notice is being amended to provide responses to questions received.� The document titled ""MEERS Responses to Questions"" is now included as an attachment.� Please note, addtional changes to the requirement are still forthcoming and this posting will be updated at a later date.� At this time, the proposal due date is extended to September 18, 2020. August 26, 2020 - This notice is being amended to provide notification that changes are coming and will be posted within the next 2 weeks.� At this time, the�proposal due date is extended to September 9, 2020.� Combined Synopsis/Solicitation � 80KSC020R0035 This notice is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information attached to this notice.� This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) under solicitation number 80KSC020R0035 for National Aeronautics and Space Administration (NASA) Medical Emergency Evacuation and Repatriation Services (MEERS) for NASA civil service employees traveling outside the Continental United States on official government business, as described in the attached Statement of Work (SOW). �This RFP is for a single award Blanket Purchase Agreement (BPA).� This solicitation is to secure and retain a provider of services, with actual costs of support submitted/invoiced as expenses are incurred.� The Period of Performance will be a 1-year base period with four 1-year option periods as follows: Base Period:��������������12/01/2020 to 11/30/2021 Option Period 1:�������� 12/01/2021 to 11/30/2022 Option Period 2:�������� 12/01/2022 to 11/30/2023 Option Period 3:�������� 12/01/2023 to 11/30/2024 Option Period 4:�������� 12/01/2024 to 11/30/2025 The NAICS Code and Size Standard are 624230 Emergency and Other Relief Services and $35M, respectively.� The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Offers for the services described in the attached SOW are due by 2:00pm Eastern Daylight Time on October 28, 2020, via email to jennifer.d.forhy@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.� Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items This posting, in addition to any attached documents, will be available on www.beta.sam.gov. �Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Prospective offerors shall notify this office of their intent to submit an offer.� All contractual and technical questions must be submitted electronically via email to Jennifer Forhy, jennifer.d.forhy@nasa.gov not later than 2:00pm Eastern Daylight Time on August 11, 2020.� Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than 2:00pm Eastern Daylight Time on October 28, 2020.�� The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFP shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 2020). Attachments: Attachment 1 � MEERS Statement of Work Attachment 2 � MEERS Aircraft/Pilot Operations Management Attachment 3 � MEERS Scenarios Attachment�4 � MEERS Recent NASA Activities and Support MEERS Responses to Questions ------------------------------------------------------------------------------------------------------------- Terms and Conditions / Provisions and Clauses for 80KSC020R0035 Description of agreement.� This BPA is for International Medical Evacuation and Medical Service Support for all NASA civil service employees traveling outside the Continental United States on official government business.� The Contractor shall furnish supplies or services, described in general terms, if and when requested by the Contracting Officer (or the authorized representative of the Contracting Officer) during a specified period and within a stipulated aggregate amount, if any. �This Agreement shall be reviewed, at a minimum, annually before the anniversary of its effective date, and revised to conform with all requirements of statues, Executive orders, or the FAR and this Supplement.� This revision shall be evidenced by an agreement modifying this BPA or by the issuance of a superseding BPA. � Extent of obligation. In addition to the retainer fee agreed to herein, the Government is obligated only to the extent of authorized purchases actually made under the BPA.� � Purchase limitation.� The dollar limit for each task order shall not exceed $100,000.00. � Individuals authorized to purchase under the BPA.� A list of individuals authorized to provide authorization to proceed with services for NASA employees is included in Appendix A of the Statement of Work (SOW).� Authorizations received by the Contractor from personnel not so listed will not be honored.� The Contracting Officer will follow-up with a task order. � Delivery tickets. All shipments under this agreement, except those for newspapers, magazines, or other periodicals, shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: � Name of supplier. BPA number. Date of purchase. Purchase number. Itemized list of supplies or services furnished. Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). Date of delivery or shipment. � Invoices. Invoices shall be submitted in accordance with Section X of the Statement of Work. � The provisions and clauses in this combined synopsis/solicitation are those in effect through FAC 2020-06. The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: ���� FAR - https://www.acquisition.gov/browse/index/far ���� NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020), which is incorporated by reference.� FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical Acceptability, and Relevant Past Performance. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2020), Alternate I (OCT 2014), or complete electronic annual representations and certifications at beta.SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), is applicable.� FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUN 2020), is applicable and the following identified clauses are incorporated by reference: 52.203-6 Alt I, 52.204-10, 52.204-15, 52.209-6, 52.209-7, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.224-3, 52.225-13, 52.232-33, 52.239-1, and 52.242-5. NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html� FAR 52.204-7 System for Award Management. FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. NFS 1852.204-76 Security Requirements for Unclassified Information Technology Resources�� NFS 1852.223-72 Safety and Health (Short Form). NFS 1852.225-70 Export Licenses. NFS 1852.237-72 Access to Sensitive Information. NFS 1852.237-73 Release of Sensitive Information. NFS 1852.239-73 Review of the Offeror�s Information Technology Systems Supply Chain. NFS 1852.239-74 Information Technology System Supply Chain Risk Assessment. �(End of Provisions and Clauses) ----------------------------------------------------------------------------------------------------------- A.� Preparation of Proposal General proposal submission conditions: a. Proposals are due�October 28,�2020, no later than 2:00pm Eastern Daylight Time, via email to jennifer.d.forhy@nasa.gov b. Questions are due August 11, 2020, no later than 2:00pm Eastern Daylight Time, via email to jennifer.d.forhy@nasa.gov, for review and response, which will be provided to all potential offerors. c. Please provide your company name, address, CAGE code, point of contact, and business size on your proposal. d. A page is defined as one side of a sheet, 8 �� x 11�, with at least one inch margins on all sides, using no smaller than 12 point Times New Roman font.� Foldouts count as an equivalent number of 8 �� x 11� pages.� Title pages and tables of contents are excluded from the page counts specified in the factors below.� Pages submitted in excess of the limitations specified will not be evaluated by the Government.� � The evaluation for this acquisition will be conducted using the lowest-price-technically-acceptable (LPTA) evaluation process.� The Government reserves the right to make award without discussions. � The proposal shall consist of three parts: a. Price Submission (1 page) b. Technical Acceptability - will be on a Pass/Fail basis as outlined in section 5 below.� There are two elements to the technical submission.� Each element will be evaluated on a Pass/Fail basis.� (18 pages total) c. Relevant Past Performance - will be evaluated on a Pass/Fail basis.� (3 pages) � The price submission shall be no more than one page and include the price per year (retainer fee) and total price for all periods (base period plus four option periods. ���� Base Period Retainer Fee ���� Option Period 1 Retainer Fee ���� Option Period 2 Retainer Fee ���� Option Period 3 Retainer Fee ���� Option Period 4 Retainer Fee ���� Total Retainer Fee (base plus options) � The technical acceptability submission shall describe the offeror�s medical emergency and other relief services processes and procedures for approaches that would be used to provide land transport and/or air ambulance rescue services per the requirements of the Statement of Work (SOW) (Attachment 1).� The information provided should be in sufficient detail to provide NASA technical and medical experts with evidence that the offeror has the necessary experience and qualifications to perform NASA's requirements described in the SOW.� The response to this RFP shall not consist solely of the offeror�s brochure or portfolio of services used for marketing purposes.� Doing so will result in automatic disqualification.� Recent NASA Activities and Support information can be found in Attachment 4.� The technical submission shall also include the following two elements: � Aircraft/Pilot Operations Management (2 pages).� Before final award is made, the offeror�s operations, safety protocols, and compliance with applicable regulations shall be reviewed by the applicable NASA Center Flight Operations Office (CFOO), pursuant to NPD 7900.4, NASA Aircraft Operations Management, and NPR 7900.3, Aircraft Operations Management.�� An unacceptable review by the CFOO may result in an offeror�s proposal being eliminated for consideration.� In order to ascertain offeror�s understanding and compliance with these requirements, offerors shall provide the information requested in Attachment 2 entitled Aircraft/Pilot Operations Management regarding assets owned and operated by the offeror.� The information provided will be evaluated by the Government on a Pass/Fail basis.� Responses shall be limited to no more than one page for each section (e.g. �aircraft� and �pilots�), single spaced, and font size 12 Times New Roman.� � Scenarios (12 pages).� For each scenario in Attachment 3, provide a description of how your company would respond.� Elements of NASA�s evaluation of offerors� responses will include: types of assets and personnel used, timing of response, travel route(s) taken to hospital or medical facility, and any other information that demonstrates offerors� capabilities and expertise.� Responses shall be limited to no more than three pages per scenario, single spaced, and font size 12 Times New Roman.� The information provided in response to the scenarios will be evaluated by the Government on a Pass/Fail basis. � The past performance submission shall include descriptive information for three past extractions within the last 5 years (shall not exceed one page per extraction, single spaced, and font size 12 Times New Roman).� Submissions for each of the extractions (recent and relevant experience) must identify the offeror�s customer, customer�s POC information (POC name, phone and email), performance period, and dollar amount. � B.� Evaluation and Selection The offeror will be evaluated in accordance with the procedures identified below.� Please note that in addition to the information contained in the proposal, other sources including, but not limited to, information obtained from other Government organizations may be used.� The selection process will be supported by appropriate Government individuals conducting the evaluation. � Per FAR 52.212-2(b), the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement.� Evaluation of options will not obligate the Government to exercise the option(s). � Evaluation factors will represent key areas of importance and will support meaningful comparison and discrimination between and among competing proposals.� The LPTA evaluation factors will consist of: (1) Price, (2) Technical Acceptability and (3) Relevant Past Performance. � a.� Price � The Government will evaluate price based upon the total overall price proposed (including options) for the retainer fees. b.� Technical Acceptability ���� The Government will evaluate the offeror�s brief narrative detailing the firm�s relevant experience in the areas called out in the SOW, Attachment 1.� This evaluation will be on a Pass/Fail basis. ���� The Government will evaluate the offeror�s responses to the Aircraft/Pilot Operations Management questions in Attachment 2.� This evaluation will be on a Pass/Fail basis. ���� The Government will evaluate the offeror�s responses to the four Scenarios included in Attachment 3.� This evaluation will be on a Pass/Fail basis. c.� Relevant Past Performance � The Government will evaluate on a Pass/Fail basis whether the offeror has satisfactorily performed recent and relevant extractions. The Government reserves the right to award this requirement without further exchanges after receipt of proposals. �� � The Government intends to evaluate the lowest priced proposal, and if it is determined to be technically acceptable, then make award to that offeror.� If the lowest priced proposal is determined not technically acceptable, the Government will evaluate the second lowest priced proposal.�� � In the event that the Government is unable to make a technical acceptability/unacceptability determination for the lowest priced proposal, the Government reserves the right to hold exchanges only with the lowest priced offeror prior to evaluating the second lowest priced proposal. � If after exchanges conclude and the lowest priced proposal is still lowest price and determined technically acceptable, award will be made to that offeror.� If after exchanges conclude and the lowest priced proposal is determined not technically acceptable, the Government will evaluate the second lowest priced proposal for technical acceptability.� If after exchanges conclude and the first lowest priced proposal is no longer the lowest priced quote (e.g. a change in price as a result of exchanges), the Government will evaluate the second lowest price quote for technical acceptability.� This process will continue until the lowest priced technically acceptable proposal is identified. � When the Contracting Officer determines exchanges on matters unrelated to technical acceptability (e.g. industry terms and conditions such as pricing omissions, discrepancies or other irregularities preventing the Government from determining a offeror�s total evaluated price) to be necessary, the Government reserves the right to conduct exchanges to resolve these matters.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/13013654329c42559a81ecb1828591aa/view)
 
Record
SN05829591-F 20201018/201016230135 (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  © 1994-2020, Loren Data Corp.