Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

Q -- NASA�S GODDARD SPACE FLIGHT CENTER OCCUPATIONAL MEDICAL SERVICES (OMS) AND �NO COST� FEE-FOR-SERVICE NONOCCUPATIONAL MEDICAL SERVICES

Notice Date
11/25/2020 9:22:31 AM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC20R0029
 
Response Due
12/9/2020 11:00:00 AM
 
Archive Date
12/24/2020
 
Point of Contact
Kyle Vann, Phone: 3012865254, Patrick B. DeWyngaert, Phone: 3012866872
 
E-Mail Address
kyle.r.vann@nasa.gov, patrick.b.dewyngaert@nasa.gov
(kyle.r.vann@nasa.gov, patrick.b.dewyngaert@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
** The purpose of this update is to incorporate Questions and Answers Set 1. ** You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) Occupational and Non-Occupational Medical Services solicitation.� The principal purpose of this requirement is to provide occupational medical services and offer non-occupational health services to contractors and civil servants at GSFC in Greenbelt, Maryland (MD) and Wallops Flight Facility (WFF) in Wallops Island, Virginia (VA).� The occupational services will focus on the prevention, diagnosis, treatment, and care of illness and injury to minimize absenteeism and reduce the impact of productivity due to disability or illness.� The selected vendor will also perform non-occupational medical services and follow-up urgent care to include annual health maintenance examinations at no cost to the Government for all civil servants and badged contractors.� The selected vendor shall provide onsite clinic options for GSFC employees located in Greenbelt, Maryland and Wallops Flight Facility (WFF), Wallops Island, Virginia, as well as off-site clinic options at: Goddard Institute for Space Studies (GISS) in New York, New York, the Independent Validation & Verification Facility (IV&V) in Fairmont, West Virginia, Columbia Scientific Balloon Facility (CSBF) in Palestine, Texas, and White Sands Test Facility (WSTF) in White Sands Missile Range, New Mexico (which shall be within close proximity to the facilities in those U.S.� States).� The selected vendor will be solely responsible for the collection and management of all fees for non-occupational and no-cost services, which must include processing employee insurance coverage and any other accepted payment options.� GSFC�s onsite Health Units in Greenbelt, Maryland and Wallops Island, Virginia are available for operations between the hours of 8:00 am and 4:30 pm, Monday through Friday (excluding Federal Holidays).� Actual days/hours of operation are to-be-decided based on the winning proposal.� The Offeror shall propose�the�days and hours of operations�for the onsite Health Units�for the Offeror to deliver�core Services, non-core services, and no-cost medical services, based on their ability to effectively and efficiently accomplish the Statement of Work requirements. This acquisition will be conducted as a small business set-aside competition.� The North American Industry Classification System (NAICS) code for this acquisition is 561210 and the small business size standard is $41.5M.� This competitive procurement will result in a Firm-Fixed Price (FFP) core requirement and an Indefinite Delivery Indefinite Quantity (IDIQ) non-core requirement with the ability to issue Firm-Fixed Price (FFP) task orders.� The contract will have a total potential period of performance/effective ordering period of five years (one one-year base period and four one-year option periods).� The anticipated contract award date is March 1, 2021, with a contract effective date of May 1, 2021.� A phase-in period will occur, as described in a separate implementation plan, during the 30-day period prior to the effective date of the contract. The Goddard Space Flight Center (GSFC) Building 97 Health Unit floor space spans 2,450 ft2 and is available for use by the Offeror for the performance of wellness services as described in Section IV of the Statement of Work. �The total estimated hourly operating and maintenance (O&M) costs of the available space is $38.61 ($0.16 per 10 ft2). �The Offeror will reimburse O&M costs on an hourly basis for the duration and area used of the available floor space to GSFC according to the terms and conditions of a negotiated Use Permit. �A draft version of the Use Permit is located in the eLibrary. �The final terms and conditions of the Use Permit will be negotiated with the Offeror selected for award of this contract. �Because the Use Permit is directly tied to the services defined in Section IV of the Statement of Work, the government does not anticipate reimbursement for these costs for at least six months after the effective date of the contract. � The contract will be performed onsite at GSFC and WFF, and offsite at the Offeror�s facilities.� The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance.� Due to the COVID-19 situation, an eLibrary with pictures of the onsite facilities and relevant documents will be made available in lieu of a formal site visit. In order to control and protect sensitive data owned by both the Government and Government Contractors, it is now GFSC policy that all procurement-related documents are to be released in Adobe Portable Document Format (.pdf).� Offerors shall be aware that the while the Price Volume exhibits included in the RFP are in PDF format; the Offeror�s Cost Volume proposal submission shall include completed Price Volume exhibits in Microsoft Office Excel Worksheet (.xlsx) format.� Instructions for converting from .pdf to .xlsx format can be found in the RFP Section L Price Volume Instructions provision.� Offerors are encouraged to complete the conversion from .pdf to .xlsx format upon receipt of the RFP.� Please contact the undersigned should any issues arise with the conversion.� All documents related to this procurement, including this letter, the solicitation, attachments, exhibits, and any amendments will be attainable electronically from the World Wide Web at beta.sam.gov.� Potential Offerors are requested to periodically monitor the website for updates.� Questions from potential offerors must be submitted by 14 days before proposals are due. NASA FAR Supplement (NFS) 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. This RFP does not commit NASA GSFC to pay any proposal preparation costs, nor does it obligate NASA GSFC to procure or contract for these services.� This request shall not be construed as authorization to proceed with, or be paid for charges incurred by performing any of the work called for in this solicitation. Proposals submitted in response to this solicitation shall be due no later than December 9, 2020 at 2:00 pm local time.� Proposals shall be submitted electronically via NASA�s secure Large File Transfer (LFT) in accordance with RFP Section L Proposal Marking and Delivery provision.� Offerors interested in submitting a proposal in response to this RFP must request a LFT invitation email from the Contracting Officer no later than 10 days prior to the proposal due date.� All questions regarding this RFP should be submitted in writing, electronically to Kyle R. Vann, Contract Specialist, at kyle.r.vann@nasa.gov on or before November 23, 2020 at 2:00 pm, with a cc: Patrick B. DeWyngaert, Contracting Officer, at patrick.b.dewyngaert@nasa.gov.� Offerors 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://beta.sam.gov/opp/f017e9acfe9e43cf9ee585ef21707476/view)
 
Place of Performance
Address: Greenbelt, MD 20771, USA
Zip Code: 20771
Country: USA
 
Record
SN05861118-F 20201127/201125230136 (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.